HomeMy WebLinkAbout064680 - Construction-Related - Contract - SET Holding Group, LLC dba Advanced Paving CompanyFORT WORTH.
CONTRACT
FOR
THE CONSTRUCTION OF
CSC No. 64680
2026 ASPHALT RESURFACING CONTRACT 1
City Project No. 106168
Mattie Parker
Mayor
Jesus "Jay" Chapa
City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
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 1 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
0005 10
Mayor and Council Communication
0005 15
Addenda
0011 13
Invitation to Bidders
0021 13
Instructions to Bidders
0035 13
Conflict of Interest Statement
00 41 00
Bid Form
00 42 43
Proposal Form Unit Price
0043 13
Bid Bond
00 43 37
Vendor Compliance to State Law Nonresident Bidder
0045 11
Bidders Prequalifications
0045 12
0045 13
00 45 26
00 4540
00 52 43
0061 13
0061 14
0061 19
00 61 25
00 72 00
00 73 00
Prequalification Statement
Prequalification Application
Contractor Compliance with Workers' Compensation Law
Agreement
Performance Bond
Payment Bond
Maintenance Bond
Certificate of Insurance
General Conditions
Supplementary Conditions
Division 01- General Requirements
01 1100
Summary of Work
01 2500
Substitution Procedures
01 31 19
Preconstruction Meeting
01 3120
Project Meetings
01 32 16
Construction Schedule
01 3233
Preconstruction Video
01 3300
Submittals
01 35 13
Special Project Procedures
01 45 23
Testing and Inspection Services
01 50 00
Temporary Facilities and Controls
01 5526
Street Use Permit and Modifications to Traffic Control
0157 13
Storm Water Pollution Prevention Plan
01 58 13
Temporary Project Signage
01 60 00
Product Requirements
01 66 00
Product Storage and Handling Requirements
01 70 00
Mobilization and Remobilization
01 7123
Construction Staking and Survey
01 74 23
Cleaning
0177 19
Closeout Requirements
01 78 23
Operation and Maintenance Data
01 78 39
Project Record Documents
Last Revised
07/01/2011
07/01/2011
02/08/2024
06/ 13/2025
02/24/2020
09/30/2021
09/30/2021
09/30/2021
09/30/2021
08/ 13/2021
09/30/2021
06/ 13/2025
07/01/2011
03 in s
06/ 13/2025
12/08/2023
12/08/2023
12/08/2023
07/01/2011
03/08/2024
03/08/2024
Last Revised
12/20/2012
07/01/2011
08/ 17/2012
07/01/2011
10/06/2023
07/01/2011
12/20/2012
03/11/2022
03/09/2020
07/01/2011
03/22/2021
07/01/2011
07/01/2011
03/09/2020
07/01/2011
11/22/2016
02/ 14/2018
07/01/2011
03/22/2021
12/20/2012
07/01/2011
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 34 - Transportation
3471 13 1 Traffic Control
Special Specifications
99 99 00 Additional Specifications
99 99 00 TxDOT Item 429 — Concrete Structure Repair
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
htti)://fortworthtexas.2ov/ti)w/contractors/
or
htti)s://aDi)s.fortworthtexas.Lyov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
102 41 19 Seleeti c fitz Dwnalitian 03 b/202
1 02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete 06/13/2025
n2�3 r nt.,,tte row St-engtt, >, a4er-;.,t (Cr S n 03/0-5
03-80 00 TR„a;f;,,a4ieo EI-., U.xg !`A,-,,,,.oto ct,.,,,,twess 12/7rr,,-zvnvii
2605 10 al E-,4enls 11 /�12
260533 Raee,, ays ,-ada-ad Boxes f Eleetfieal Systems 12/wiz
2605 05 43 U-nde,.,.,.aun Duets *a n.,,,o,, ays for- E e t:Fie.,t Systems n�/n�ii
260550 Eom'SSUnI,,., , 02/26/2
Division 31- Earthwork
31 00 00 Site Clearing 03/22/2021
3123 16 Unclassified Excavation 01/28/2013
3 1�r�i3 Beffe
31�0 Er-asio . *a Sediment mart t nn /� n�z
31�no dons 1 /
31�no Ripr-ap 1 /wiz
Division 32 - Exterior Improvements
3201 7 Do,-.,-,.,.,.e.-.t A^s,,,.haI4 D7�.,,,,.ing D o.-.ai 1 2/7i rr20/201
3201 18 y .Ul.%�,�t -WF:,r 1 /r�rcvriviz
32 Ai 29 Gonefete Pavixg'-IZQp�.r 06/13/20
32 1123 Flexible Base Courses 12/20/2012
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
32 11 29
Lime Treated Base Courses
12/20/2012
32 1133
Cement Treated Base Courses
06/10/2022
32 1137
�oil
Liquid T,-o.,to.l C`
Fta�ili��
n
0�4/71 /2015n
32 12 16
Asphalt Paving
6/07/2024
32 12 73
Asphalt Paving Crack Sealants
12/20/2012
32 13 13
Concrete Paving
06/13/2025
32 13 20
Concrete Sidewalks, Driveways and Barrier Free Ramps
12/09/2022
32 1373
Concrete Paving Joint Sealants
12/20/2012
27 14 16
��g
IT
€3 i L Unit�
�� 17/7n/7n17
32 16 13
Concrete Curb and Gutters and Valley Gutters
12/09/2022
32 1723
Pavement Markings
06/10/2022
32 17 25
Curb Address Painting
11/04/2013
2 31 22
Cxvn Finzes and Gates
112/7�-svi12viz
323129 29 Q/20/20Q
�rz� 02ti1 Ll�'S zz-izvravzz
12 Cact in IZ'ase G re fete Retaining II7.,06/05,/204-9
3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022
3292 13 Sodding 05/13/2021
3292 15 Native Grass and Wildflower Seeding 10/06/2023
Division 33 - Utilities
11�i Closed Gi-eu t Television (CCTAT\ I,ispeetirl Eamttar- Sewe 03/1 z
E se C-,jr-e}I� e;r� sper?tieff omi tiri
33n
2�3 �vio Byywo ILIIiYp1Png of Existing Sewer-112/20/2012Syste,�.� 0/2012
3304 1 71 /'1zz� 20,12012
r T
33 04 11 Ge- CepA,-el Tort St.,12/201204z
Stations ,
T✓-r�
33 04 12 TR.,gnesith Anode !''.,t1,. die Proteeti.,n Syste 12/70/7012
3304 �o Gleaning of Pipes ,120
33--05-T2 rLravrzvzz
3305 13 Frame, Cover and Grade Rings 09/09/2022
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 Auger -Be- 12/7n/7n17
�--v�-zv xg r�rsvrzvr�
33 2 05 TUl�"�. �1 Ilri� 12/7 z
�--v�-z �
Steel Gasing-Pipe
T✓--v5-zz i�„�] rLravrzvzz
330523 • W �A Tu'Nio4iiig 12/20/2012
20/2012
330524 histallation of Gaffier Piro in Casing or Tunnel Liner- P! 12/09/2022
33�6 TTti1:t., MaEke- /T e,..,4efs 12/20,12z
�✓-vT✓v Leeation of Existing U4i rcrzv,zvzz
31�1 i 05 tGo, 1`lUtz, drzd gaskets rL1�00001ravrzvzz
1 2/nn/2�0
TJ-I,�t/. a IrOI� Pipe �
2 1 1 1 1 Fittings , � � . � �U�Y�� %��� � IttHigS 09/7 T
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
U.esstife
33 11
22 11 13,32
22�4
22�0
22�T
Polyvinyl Chloride (PVC) Pipe nn/n z
bonefetezPr-eaSs"rcere Pipe, Bar W'ed,-Steel Cylinder- Type 02/05
1?,,,-;e.l Steel Pipe a -ad Fittings 12/7 z
Ax7.,te,. ce.-view 1 ineh to 2 ;..e 02/14/2017
Large WateF Meters 12/20,/2012
22�0
22�=
22�5
22�0
22�no
Resilient Seated !`_.,fie Valve 85/06,/2015
AWALA Rubber- Seated Butte, -fly Vnn /2� 2�19
Gerne ties to E.kis ng W te,. Mains 02/n��13
Air- - Valve for- Potable Ax atef Syste1 2/7n/7n12
n1 /n
33 1250
33`12-60
Fire T
Watar Ear:sae Stations 11 /�12
ct,m.1.,F Blow Assembly 06/1vrn-19/ivi3
�2 2 1 ! 2
, ., � ����ta��d
E)93y',l.,e
�1lia��ep
C Pipe (GIPU\ 1 2 /7 z
t
2,2 21 12
1'i�^r.
i'ibwg arxi \ainf ,-ee Pipe ♦oF ('_,-.,.,; EarnitTs✓r,-SewwS 12/zzr20/2012
2, 15
22�0
HighDensity Polyethylene (HDPE) Pipe for- Sanitary cewe,- 04/23/2019
PolyvinylChloride (PVC) !_,..,.,;tom, San tafy Sewer- Pipe 09/0z
PolyvinylChloride Closed U- Fle `,yity Sanitary Sewer-
333121
(PVC)
1�7/70/2012T4
��
ca-a to fy ce.., or T 17/7n/7n17
nf11� �1f.'iirig rLrcvrzozz
22 21 '12
22�0
C..,,„tai-y Sewer- Pipe Ra1..,-geme 12/7r�-zvi12viz
ce.wiee !`enneetions .,n,1 cef ; e T ; e nn/7oTrev/2013
tai=y
22�0
Sa-m Sewer-
QmVmatG.a A;,- Valve For SanitaY,' cewer �R.,in 12/2zzrz UN Q
3339 10
22�0
22�0
Gak in Plmo ('o -ete Manholes 12/14
Pmeast !`.-.ne -eke TiT.,n hole 12/13,12024
Fiberglass TAanl eles- 12/1
AA IQ
333960
�
33�0
T
n..,,esisrl,.,,nbe,-(WAG4 0004toW
..., cewe,- c+,-.,..�.,,-e� nnNn1
�€� Early.., �2021�
De;«F .-ee.l (`en ctef.v, lye
11 11
e-ete
Sewer- Pipe/G
fts 07/01,12014
HighDensity Polyethylene (14PPF) Pipe for- ctcym T in 12/'fzzr20,120 2
3 2 ., 2 11 1
Rein f .-ee.l Polyethylene (cLl.1D� Pl
) r,.,' 11/13,12015
22�3
Deli.p-apyle..e Pipe for- ct.�—m D,)wn n6/1vrn 10,120ii
33 4600
6,a-drainage 12/'�;i
23 46-01
Slotted S1 t(�irm Drc,,m 07/0T
33 4602
T-ienc l Di im 07 /n T
22 An 1rn
�-rry
Cast i Dlaee>\R.,th el /1 T
OC/.� .Lln�es 17
33 49 20
Curb and Drop Inlets 03/11/2022
33 49 40
Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
2i1�0 T...,Ffie Signals n2/1� 1�z
24 41 10.011 Attaehfnent A Gentfeller-Cabinet 1 /
24 41 10.02A. n S
rr�t& xixent� Eontr�neJ'vppe
c iv&tinn02,12012
24 41 10.03 A.
rr�ti} nrentG SoftwafevSppe
c ic&tian WIQW2
2/1 11 1 1 Te,v.par-aft' T,..,FF;e Signals 1 11 1 /7 3
34 41 2 12 nefnyiag T,..,Ffie Signals 0/11 /2n2
�� 3
�ozz
i, 12/2n/2n1-2
34-4-129 ' I urrl11�t13n ���Cift�S _2e5 ,,z
2n n�OT r r v4
�a>?i . �J P_ • �ai�ma�I�s nti/1 �20-
�
24 4120.02 Freeway LED De.,.t.t,.,., T n�/1 G/7n1 G
�1aTnf2l�.r3S
2n n�02 Re&identW U.SD Raadw r mkwmiu 06/1512015
24 41 20 Aluminum S4ns 1 1 /1 2/2n12
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
34 4150 ogle -Me& Fikr Ogle 02 io�6
3471 13 Traffic Control 03/22/2021
Appendix
GC-4.02
Subsurface and Physical Conditions
GC-6.07
Wage Rates
GN-1.00
General Notes
SD-1.00
Standard Construction Details
SP-1.00
Pavement Marking Plans
SL-1.00
Street List and Quantities
SM-1.00
Street Maps
END OF SECTION
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 2025
12/4/25, 12:59 PM
CITY COUNCIL AGENDA
M&C Review
Official site of the City of Fort Worth, Texas
F#RTWORTII
Create New From This M&C �%
REFERENCE **M&C 25- 202026 ASPHALT
DATE: 12/9/2025 NO.: 1132 LOG NAME: RESURFACING CONTRACT
1
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT. (CD 6 and CD 9) Authorize Execution of a Contract with SET Holdings Group, LLC dba
Advanced Paving Company, in the Amount of $2,788,919.38 for the 2026 Asphalt
Resurfacing Contract 1 Project at Various Locations
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with SET Holdings Group, LLC dba Advanced
Paving Company, in the amount of $2,788,919.38 for the 2026 Asphalt Resurfacing Contract 1 project at various locations
(City Project No. 106168).
DISCUSSION:
In the Fiscal Year 2026 Pay -Go Contract Street Maintenance Program, various types of street maintenance projects are
grouped into specific contract packages. The recommended construction contract outlined in this Mayor and
Council Communication (M&C) will provide street rehabilitation on approximately 5.8 lane miles for the street sections
below, under the 2026 Asphalt Resurfacing Contract 1 project (City Project No. 106168).
Street
Wedgworth Road
Wharton Drive
West Cleburne Road
Old Cleburne Crowley Junction
Road
Council
From To
District
Wonder Drive Walton Avenue 9
Welch Avenue Walton Avenue 9
Old Cleburne Crowley Junction North Crowley Cleburne 6
Road Road
Cleburne Crowley Road West Cleburne Road
1.9
Cleburne Crowley Road Old Cleburne Crowley Junction Pleasant Creek Drive 6
Road
This project was advertised for bid on August 27, 2025 and September 3, 2025, In the Fort Worth Star -Telegram. On
September 25, 2025, the following bids were received:
Bidders Bid Amount Time of Completion
Advanced Paving Company $2,788,919.38 180 Calendar Days
Texas Materials Group, Inc. $3,108,274.05
Peachtree Construction, Ltd. $3,488,450.97
T
Overland Corporation $5,964,527.77
In addition to the contract amount, $343,891.62 is required for project management, material testing and inspection, and
$278,892.00 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 1
project.
Construction of this project is expected to start in January 2026 and be completed by August 2026. Upon completion of the
project there will be no anticipated impact on the General Fund operating budget.
This project is located in COUNCIL DISTRICTS 6 and 9.
FISCAL INFORMATION/CERTIFICATION:
apps. cfwnet. org/counci I_packet/mc_review.asp? I D=33993&counci Idate=12/9/2025 1 /2
12/4/25, 12:59 PM M&C Review
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated,
in the General Capital Projects Fund for the 2026 Asphalt Resurf Contract 1 project to support the approval of the above
recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works
Department has the responsibility to validate the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for Citv Manager's Office bv: Jesica McEachern (5804)
Originating Department Head: Lauren Prieur (6035)
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
106168 FID Table.xlsx (CFW Internal)
202026 ASPHALT RESURFACING CONTRACT 1 funds avail.docx (CFW Internal)
CPN 106168 M&C MAP.pdf (Public)
Form 1295.pdf (CFW Internal)
Sam.gov Search Advanced Paving Companypdf (CFW Internal)
apps.cfwnet.org/counciI_packet/mc_review.asp?ID=33993&counciIdate=12/9/2025 2/2
CITY OF FORT WORTH
Transportation and Public Works Department
2026 Asphalt Resurfacing Contract 1
City Project No. 106168
ADDENDUM NO.1
Addendum No. 1: Issued Wednesday, September 17, 2025
Bid Open Date: Thursday, September 25, 2025
This Addendum forms part of the Specifications & Contract Documents for the above -referenced
Project and modifies the original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in the space provided below and in the proposal (SECTION
00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to
disqualification.
The Plans and specification documents for 2026 Asphalt Resurfacing Contract 1, City Project No.
106168, are hereby revised by Addendum No. 1 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS:
a. SECTION 00 11 13 — Replace the INVITATION TO BIDDERS in its entirety with the
attached revised INVITATION TO BIDDERS.
b. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised
PROPOSAL FORM.
c. LOCATIONS LIST — The LOCATIONS LIST has been updated to show the different
procedures and asphalt thickness designated for each street.
d. BIDTABLE (BT-24CM) — The bid table has been revised in Bonfire to reflect the changes
made to the proposal form.
e. SUBMISSION INSTRUCTIONS — 25-0237 —The submission instructions have been updated
to include Addendum No. 1 under the Requested Information section.
The attendees asked the following questions during the pre -bid conference and on Bonfire. The City
of Fort Worth's responses are below.
Question 1: What is the engineer's estimate for the project?
Response 1: $3, 700, 000 is the approximate construction cost based on the engineer's estimate.
Question 2: When is construction expected to start?
Response 2: Work on the project is expected to begin in January 2026. The selected vendor must have
crews available and prepared to initiate work upon receipt of the Notice to proceed.
Question 3: Are there any plans to close the street?
Response 3: The City may permit the selected contractor to close one lane at a time, with detours
routed through the surrounding streets. However, the contractor will be required to submit a traffic
control plan, stamped by a professional engineer, for the City's review and approval before any
closures are implemented.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised September 14, 2022 Addendum No 1
Question 4: 2" Surface and 2" Milling Omitted
Response 4: A 2" milling item is included because a section of Old Cleburne Crowley JCT Road are
suspected to have shallow pavement depths due to an underlying culvert. If milling is used, the
corresponding quantity will replace the pulverization quantity far that section.
This Addendum No. 1 forms part of the Specifications and Contract Documents for the above -
referenced project and modifies the original Project Manual and Contract Documents of the
same.
Acknowledge your receipt of Addendum No. l by completing the requested information in the
space provided in Section 00 4100, Bid Form, Page 3 of 3
A signed copy of Addendum No. I should be included in the submitted sealed bid at the time of
bid submittal. Failure to acknowledge the receipt of Addendum No. l could cause the subject
bidder to be considered "NONRESPONSIVE," resulting in disqualification.
Addendum No. 1
RECEIPT ACKNOWLEDGEMENT:
By: S0 , tie f 5, 4a rre f f--
Company: A66-4„C e d h4v1�K CO,
Address: Z 3/ l a 0 c P" P W 6(
City: bl Il a S State: �- X
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 14, 2022
Lauren Prieur, P.E.
Director, Transportation and Public Works
Zelalem Arega, P.E.
Engineering Manager, TPW
2026 Aspbalt Resurfacing Contract 1
City Project No. 106168
Addendum No 1
0011 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2026 Asphalt Resurfacing Contract 1 (CPN106168)
will be received by the City of Fort Worth via the Procurement Portal
htti)s:Hfortworthtexas.bonfirehub.com/portal/?tab=ovenOpportunities, under the
respective Project until 2:00 P.M. CST, Thursday, SEPTEMBER 25, 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/portal/?tab=oDenODDortunities
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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised 2/08/24 Addendum No. 1
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:
750
TN
CEMLIMETM
17,300
SY
11" Pavement Pulverization
29,100
SY
12" Pavement Pulverization
17,300
SY
3" Asphalt Pavement Superpave SP-D
29,100
SY
2" Asphalt Pavement Ty B (DG-B)
29,100
SY
2" Asphalt Pavement Superpave SP-D
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for
qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=ot)en0uuortunities, 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
httns:Hfortworthtexas.bonfirehub.com/_portal/?tab=ol_)en0_v_vortunities, 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: September 9, 2025
TIME: 11:30 AM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised 2/08/24 Addendum No. 1
0011 13
INVITATION TO BIDDERS
Page 3 of 3
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from user fees, bonds, grants, etc. and reserved by the City for the Project.
ADVERTISEMENT DATES
August 27, 2025
September 3, 2025
END OF SECTION
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised 2/08/24 Addendum No. 1
00 42 43
BIDPROPOSAL
Page 1 of l
UNIT PRICE BID
SECTION 00 42 43
PROPOSALFORM
Bidder's Application
Project Item Information Bidder's Proposa
�Bldhst Item
Descnption
Specification
Unit of
Bid
Unit Price Bid Value
No.
Section No.
Measure
Quantity
1
0 170.0
101 Specified Remobilization
01 70 00
EA
1
2
0241.1300
Remove Cone Curb & Gutter
0241 15
LF
1,480
3
3216.0102
7" Concrete Curb & Gutter
32 1613
LF
1,480
4
3110.0111
Site Clearing
31 1000
SY
100
5
0241.0401
Remove Concrete Drive
0241 13
SF
1,760
6
3213.0401
6" Concrete Driveway
32 1320
SF
1,760
7
0241.0100
Remove Sidewalk
0241 13
SF
200
8
3213.0301
4" Concrete Sidewalk
32 1320
SF
200
9
0241.1400
Remove Concrete Valley Gutter
32 1330
SY
100
10
3216.0301
7" Concrete Valley Gutter
32 1613
SY
100
11
3212.0900
Asphalt Crack Sealant
32 1273
GA
50
12
3212.0600
HMAC Pavement Level -Up
32 1616
TN
50
13
3212.0401
HMAC Transition
32 12 16
TN
50
14
3212.0501
2" Asphalt Pvmt Type B (DG-B)
32 12 16
SY
29,100
15
0241.1506
2" Surface Milling
0241 15
SY
1,000
16
0241.1700
Pavement Pulverization I V
0241 15
SY
17,300
17
0241.1700
Pavement Pulverization 12"
0241 15
SY
29,100
18
3212.0304
2" Asphalt Pvmt Superpave SP-D
32 12 16
SY
29,100
19
3212.0305
3" Asphalt Pvmt Superpave SP-D
33 12 16
SY
17,300
20
3201.0614
Cone Pvmt Repair, Residential
32 01 29
SY
360
21
3211.0601
CEMLIMETM (a, 32 LBS/SY
32 1129
TN
750
22
3123.0102
Unclassified Excavation
31 23 23
CY
t00
23
3292.0100
Block Sod Replacement
3292 13
SY
480
24
3292.4000
Seeding, Hydromulch
32 92 13
SY
4,600
25
3291.0100
Topsoil
3291 19
CY
400
26
3217.0101
6" SLD Pvmt Marking HAS (W)
32 1723
LF
18,425
27
3217.0102
6" SLD Pvmt Marking HAS (Y)
32 1723
LF
24,324
28
3217.0113
Preformed Thermoplastic Contrast Markings - 6" Dashed (IM
32 1723
LF
70
29
3217.0110
Preformed Thermoplastic Contrast Markings - 6" DOT (W)
32 1723
LF
48
30
3217.0201
8" SLD Pvmt Marking HAS (W)
32 1723
LF
716
31
3217.0504
Preformed Thermoplastic Contrast Marking - 24" Stop Bars
32 1723
LF
389
32
3217.0502
Preformed Thermoplastic Contrast Markings - 24" Crosswalk
32 1723
LF
60
33
3217.1016
Preformed Thermoplastic Contrast Markings - Legend Yield Symbol
32 1723
EA
5
34
3217.1002
Lane Legend Arrow
32 1723
EA
3
35
3217.1004
Lane Legend Only
32 1723
EA
3
36
3217.5001
Curb Address Painting
32 1725
EA
20
37
3217.2101
Raised Marker TY I-C
32 1723
EA
36
38
3217.2103
REFL Raised Maeker TY II -A -A
32 1723
EA
228
39
3217.2104
REFL Raised Marker TY II-C-R
32 1723
EA
7
40
3305.0107
Manhole Adjustment, Minor
3305 14
EA
17
41
3305.0112
Concrete Collar for Manhole
3305 17
EA
17
42
3305.0117
Concrete Collar for Valve
3305 17
EA
3
43
3471.0001
Traffic Control
3471 13
MO
7
44
3471.0002
Portable Message Sign
3471 13
WK
16
45
9999.1002
TxDOT Item 429 - Concrete Structure Repair
99 99 00
CY
50
46
9999.1000
Irrigation Adjustment & Landscape Repair Allowance
99 99 00
LS
1
35,000.00 $35,000.00
47
9999.1001
Paving Construction Allowance
99 99 00
LS
1
150,000.00 $150,000.00
Total Bid $185,000.00
END OF SECTION
Cn'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rensed 9/30/2021
2026 Asphalt Resurfacing Contract 1
City Project No. 106168
Addendum No. 1
Location List
CPN106168 (Addendum No. 1)
2026 Asphalt Resurfacing Contract 1
3"
2"TyB&
Superpave
Superpave
Mill
CEMLIME
CD
Street Name
Limits
Procedure
Asphalt
Asphalt
Quantity
Quantity
Quantity
Quantity
(SY)
(TN)
(SY)
(SY)
9
Wedgworth Rd
Wonder Dr - Walton Ave
11" Pulverization
10878
185
9
Wharton Dr
Welch Ave - Walton Ave
11" Pulverization
6395
100
6
W Cleburne Rd
Old Cleburne Crowley Jct Rd - N Crowley Cleburne Rd
12" Pulverization
10906
500
165
6
Old Cleburne Crowley Jct Rd
Old Cleburne Crowley Rd - W Cleburne Rd
12" Pulverization
15524
500
235
6
Old Cleburne Crowley Rd
Old Cleburne Crowley JCT - Old Cleburne Crowley Rd
12" Pulverization
2630
40
Total
17273
29060
1000
725
0011 13
INVITATION TO BIDDERS
Pagel of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2026 Asphalt Resurfacing Contract 1 (CPN106168)
will be received by the City of Fort Worth via the Procurement Portal
https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the
respective Project until 2:00 P.M. CST, Thursday, SEPTEMBER 25, 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:
httos:Hfortworthtexas.bonfirehub.com/portaU?tab=ol)enOpportunities
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:Hvendorsupport.gobonfire.com/he/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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
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:
750 TN CEMLIMETM
7,000 SY 2" Surface Milling
46,500 SY 12" Pavement Pulverization
46,500 SY 2" Asphalt Pavement Ty B (DG-B)
46,500 SY 2" Asphalt Pavement Superpave SP-D
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
https:Hfortworthtexas.bonfirehub.com/portaV?tab=openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Proj ect.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: September 9, 2025
TIME: 11:30 AM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 3 of 3
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from user fees, bonds, grants, etc. and reserved by the City for the Project.
ADVERTISEMENT DATES
August 27, 2025
September 3, 2025
END OF SECTION
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised 2/08/24
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 9
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre -qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
httos://www.fortworthtexas. Gov/departments/t Dw/development/cfw-departments-tpw-
contractors under Division 00 - General Conditions and as follows:
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
httns://anD-us3.e-
builder.net/Dublic/l)ublicLandin2.aSDx?QS=4d008O4b l33b408a85a69323 548dda25
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
httDs://aDD-us3.e-
builder.net/Dublic/DublicLandin2.asnx?OS=e43c4239775f4b2583552cO29c6al ed2
3.1.3. Water and Sanitary Sewer — Requirements document located at:
httDs://aDD-us3.e-
builder.net/Dublic/DublicLandinR.aSDx?OS=4fc66ff8c36c4c029d542d4e55114e8d
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre -qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non -responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
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.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by 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
httr)s:Hfortworthtexas.bonfirehub.com/portal/?tab=or)enODDortunities on or before 2
p.m., on 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
httos:Hfortworthtexas.bonfirehub.com/portal/?tab=oi)en0nnortunities
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
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been 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. ift-r&corclariee With the City'.Du .x>c N3.264 6c 19 2021 the n:._.
has gattis far- the rff+ieirft+i6ft of ffiiftaf4y L' 3iftess
itir�nal t%ximiv nal-AS `, _Xrnip�.1j- Aitll Iu1Z3if
&-c add a
nukiliUJ 113.26166 19 2024, fts a:SNNN1e:N,1 �: ✓��a:X�� �i�:N�I�N�
.
22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=open0pportunities.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested parry to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
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.i)df
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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106168
Revised/Updated June 13, 2025
0035 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
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)
hftDs://www.ethics.state.tx.us/data/forms/conflict/CIS.Ddf
z CIQ Form does not apply
❑ CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
d CIS Form does not apply
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER:
By: 5 a yr e t S'f � I/r/'e -f *A —
Signature:
Title: S ; a1 e ,n 4—
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 1
Revised February 24, 2020 City Project No. 106168
0041 00
BID FORM
Page 1 of 3
SECTION 00 41 00
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 1
City Project No.: 106168
Units/Sections:
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 1
Revised 9/30/2021 City Project No. 106168
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 180 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. a\il of 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 1
Revised 9/30/2021 City Project No. 106168
0041 00
BID FORM
Page 3 of 3
6. Total Bid Amount
61 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 protect Only this figure will be read publicly
by the City at the bid opening
62 It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts
6 3 Total Bid
Total Bid S Z 1 3 U U i g 1 q' 3
7. Bid Submittal
This Bid is submitted on September 25cn 2025
Respectfully submitted,
By �0
(Signature)
SG1 r� �7 R -/ B +--f-
(Printed Name)
Title President
Company Advanced PawNCompany
Address 2311 Joe Field Road Dallas Texas 75229
State of Incorporation Texas
Email. Warrettgadvancedpavinococom
Phone. 972-245 0090
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rehsed 9/30/2021
by the entity named below
(Receipt is acknowledged of the
following Addenda
Addendum No 1:
Addendum No 2:
JAddendum No 3:
JAddendum No 4
Corporate Seal
Initial
2026 Asphalt Resurfacing Contract 1
C,ty Project No 106168
-- -
00 42 43
BID PROPOSAL
Page 1 of 1
UNIT PRICE BID
SECTION 00 42 43
PROPOSALFORM
Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item
Description
Specification
Unit of
Bid
Price
Bid Value
No
Section No.
Measure
QuantityUnit
1 1
0170.0101 Specified Remobilization
01 70 00
EA
1
$ 5,000.00
$5,000.001
1 2
0241.1300 Remove Conc Curb & Gutter
0241 15
LF
1,480
$ 7.15
$10,582.001
1 3
3216.0102 7" Concrete Curb & Gutter
32 1613
LF
1,480
$ 71.50
$105,820.001
1 4
3110.0111 Site Clearing
31 1000
SY
100
S 110.00
$11 A00.00I
1 5
0241.0401 Remove Concrete Drive
0241 13
SF
1,760
$ 4.13
$7,268.801
1 6
3213.0401 6" Concrete Driveway
32 1320
SF
1,760
$ 15.40
$27,104.001
1 7
0241.0100 Remove Sidewalk
0241 13
SF
200
$ 3.03
$606.001
1 8
3213.0301 4" Concrete Sidewalk
32 1320
SF
200
$ 12.10
$2,420.001
1 9
0241.1400 Remove Concrete Valley Gutter
32 1330
SY
100
$ 42.90
$4.290.001
1 10
3216.0301 7" Concrete Valley Gutter
32 1613
SY
100
S 181.50
$18,150.001
1 11
3212.0900 Asphalt Crack Sealant
32 1273
GA
50
$ 80.00
$4,000.001
1 12
3212.0600 HMAC Pavement Level -Up
32 1616
TN
50
$ 247.50
$12,375.001
1 13
3212.0401 HMAC Transition
32 12 16
TN
50
$ 247.50
$12,375.001
1 14
3212.0501 2" Asphalt Pvmt Type B (DG-B)
32 12 16
SY
29,100
$ 13.15
$382,665.001
1 15
0241.1506 2" Surface Milling
0241 15
SY
1,000
$ 14.85
$14,850.001
1 16
0241.1700 Pavement Pulverization I "
0241 15
SY
17,300
$ 12.76
$220,748.001
1 17
0241.1700 Pavement Pulverization 12"
024115
SY
29,100
$11.38
$331,158.001
1 18
3212.0304 2" Asphalt Pvmt Suvervave SP-D
32 12 16
SY
29,100
$ 14.14
$411,474.001
1 19
3212.0305 3" Asphalt Pvmt Suverpave SP-D
33 12 16
SY
17,300
$ 20.28
$350,844.001
1 20
3201.0614 Cone: Pvmt Repair, Residential
32 01 29
SY
360
$ 229.90
764.001
1 21
3211.0601 CEMLIMETM (a, 32 LBS/SY
32 1129
TN
750
$ 400.00
�}92
$ 00�00.00I
1 22
3123.0102 Unclassified Excavation
31 23 23
CY
100
$ 275.00
$27.500.001
1 23
3292.0100 Block Sod Replacement
3292 13
SY
480
$ 48.00
$23,040.001
1 24
3292.4000 Seeding, Hvdromulch
3292 13
SY
4,600
$ 9.00
$41,400.001
1 25
3291.0100 Topsoil
3291 19
CY
400
$ 35.00
$14,000.001
1 26
3217.0101 6" SLD Pvmt Marking HAS (W)
32 1723
LF
18,425
$ 1.10
$20,267.501
1 27
3217.0102 6" SLD Pvmt Marking HAS (Y)
32 1723
LF
24,324
$ 1.10
$26,756.401
1 28
3217.0113 Preformed Thermoplastic Contrast Markings - 6" Dashed (W)
32 1723
LF
70
$ 16.50
$1,155.001
1 29
3217.0110 Preformed Thermoplastic Contrast Markings - 6" DOT (W)
32 1723
LF
48
$ 16.50
$792.001
1 30
3217.0201 8" SLD Pvmt Marking HAS (W)
32 1723
LF
716
$ 2.20
$1,575.201
1 31
3217.0504 Preformed Thermoplastic Contrast Marking - 24" Stop Bars
32 1723
LF
389
$ 38.50
$14,976.501
1 32
3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk
32 1723
LF
60
$ 38.50
$2,310.001
1 33
3217.1016 Preformed Thermoplastic Contrast Markings - Legend Yield Symbol
32 1723
EA
5
$ 165.00
$825.001
1 34
3217.1002 Lane Legend Arrow
32 1723
EA
3
$ 550.00
$1,650.001
1 35
3217.1004 Lane Legend Only
32 1723
EA
3
$ 550.00
$1,650.001
1 36
3217.5001 Curb Address Painting
32 1725
EA
20
S 150.00
$3,000.001
1 37
3217.2101 Raised Marker TY I-C
32 1723
EA
36
$ 11.00
$396.001
1 38
3217.2103 REFL Raised Maeker TY II -A -A
32 1723
EA
228
$ 11.00
$2,508.001
1 39
3217.2104 REFL Raised Marker TY II-C-R
32 1723
EA
7
$ 11.00
$77.001
1 40
3305.0107 Manhole Adjustment, Minor
3305 14
EA
17
$ 221.54
$3,766.181
1 41
3305.0112 Concrete Collar for Manhole
3305 17
EA
17
$ 221.54
$3,766.181
1 42
3305.0117 Concrete Collar for Valve
3305 17
EA
3
$ 221.54
$664.621
1 43
3471.0001 Traffic Control
3471 13
MO
7
$ 2,000.00
$14,000.001
1 44
3471.0002 Portable Message Sign
3471 13
WK
16
$ 3,600.00
$57,600.001
1 45
9999.1002 TxDOT Item 429 - Concrete Structure Repair
99 99 00
CY
50
$ 495.00
$24,750.001
1 46
9999.1000 Irrigation Adjustment & Landscape Repair Allowance
99 99 00
LS
1
$ 35,000.00
$35,000.001
1 47
9999.1001 Paving Construction Allowance
99 99 00
LS
1
$ 150,000.00
$150,000.001
Total Bid
$2,788,919.381
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract l
Revised 9/30/2021 Crty Project No. 106168 - Addendum No. l
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 1 of 2
That we, Advanced Paving Company , known as
"Bidder" herein and Merchants Bonding Company (Mutual) 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 1
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with
the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to
execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required
for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal
and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between
Principal's total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 24th day of September 2025.
PRINCIPAL:
Advanced Paving Company
BY: Aigqnaatu4re1-,---�1
ATTEST:
ti
Samuel S. Garrett, President
Witness as to Principal
Name and Title
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 1
Revised 9/30/2021 City Project No. 106168
I f—
Witness as to Surety
Attach Power of Attorney (Surety) for Attorney -in -Fact
Address: 2311 Joe Field Road
Dallas, TX 75229
SURETY: ---
Merchants Bonding Company (Mutual)
BY. V14
Sig ature
Sophinie Hunter, Attorney -In -Fact,
Name and Title
Address- 6700 Westown Parkway
West Des Moines, IA 50266
Telephone Number: 214-989-0000
00 43 13
BID BOND
Page 2 of 2
*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 1
Revised 9/30/2021 City Project No. 106168
MERCHANTS
BONDING COMPANY,
POWER OF ATTORNEY
KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants
National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie
Petranek
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of
the Companies.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company,
and such signature and seal when so used shay have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of
Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its
obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of June , 2025
••o�O�NG COMA. ��,.•aA10Nq�'•.�. � �ONpLI#V F1' MERCHANTS BONDING COMPANY (MUTUAL)
G MERCHANTS NATIONAL BONDING, INC.
RPOR �Z : P� P�\FOR4,� �y�� MERCHANTS NATIONAL INDEMNITY COMPANY
h O q' c;L
1933 y' v': 2003 :: �. ;y: r�
•,v� dc.' : as %
By
• • • • � • ��""""'��� � '"'' � STATE OF IOWA President
COUNTY OF DALLAS ss.
On this 2nd day of June 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the
said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors.
A,VVA( 0- Penni Miller
0 e o Commission Number 787952
• • My Commission Expires
IOWA January 20, 2027
(Expiration of notary's commission Notary Public
does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and
MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a !rue and correct copy of the POWER -OF -
ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 24th day of September 2025
•...... ...........
. 'D%NG CO .•• A%ONgt''•.
•...
•0NAL11y4•.�
O�PO/�9 O'
'GO�POR4 9yc :
'�+� "Q\\FO�'4,/01
Z /.y:`
:a:_ -o- v E.:a:. -o- oil:
v ` 1933 c ; v'. 2003
POA 0018 (5/25)
Secretary
MERCHANTS
BONDING COMPANY.
MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC.
P.O. Box 14498 , DES MOINES, IOWA 50306-3498 • (800) 678-817 , (515) 243-3854 FAX
IMPORTANT NOTICE
Have a complaint or need help?
If you have a problem with a claim or your premium, call your insurance company first. If you can't workout the
issue, the Texas Department of Insurance may be able to help.
Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal
through your insurance company. If you don't, you may lose your right to appeal.
Merchants Bonding Company (Mutual)
To get information or file a complaint with your insurance company:
Call: Compliance Officer at 800-678-8171
Toll -free: 1-800-678-8171
Email: regulatory@merchantsbonding.com
Mail: P.O. Box 14498, Des Moines, IA 50306-3498
To get insurance information you may also contact your agent:
Aon Risk Services Southwest Inc
Call: 214-989-0000
Mail: PO Box 803507, Dallas TX 75380
The Texas Department of Insurance
To get help with an insurance question or file a complaint with the state:
Call with a question: 1-800-252-3439
File a complaint: www.tdi.texas.gov
Email: ConsumerProtection@tdi.texas.gov
Mail: MC 111-1A, P O. Box 149091, Austin, TX 78714-9091
SUP 0032 TX (11/19)
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of our principal place of business,
are not required to underbid resident bidders.
�B The principal place of business of our company or our parent company or majority owner is
in the State of Texas. 2'
BIDDER:
END OF SECTION
By: Scl ae ( S. Grqr/e�?�
(Signature)
Title:
Date: Q` z j/ 2 0 z S
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 1
Revised 9/30/2021 City Project No. 106168
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/taxDermit/ and fill out the
35 application to apply for your Texas tax ID.
36 (2) The firm's e-mail address and fax number.
37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DUNS
39 number may be obtained at www.dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2. Prequalification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised August 13, 2021
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 1
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 Contractor/Subcontractor Company Name
Asphalt Paving Heavy
Maintenance ($1,000,000 and Advanced Paving
OVER)
Prequalification
Expiration Date
Aug. 23, 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:
0 By: 0 �Cf n t to (' S. 4 //,e
0
0 (Signature)
0
Title: 0 P/ef' a �--
Date:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 1
Revised 09/30/2021 City Project No. 106168
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
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 106168. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
AG(Ybin C ed
Company
Z 3 / / Toe -
Address
l�arv,'--7S
Pot 1W, 7-e.ro
City/State%Zip
THE STATE OF TEXAS §
By: 50117,1 of ( S, 6741,-i e �--
Please Print))
Signature:
Title: P le 5 , of -' -7 4-
(Please Print)
COUNTY OF §
BEFORE ME the undersi ned authority, on this day personally appeared
known to me to be the person whose name is
subscribed to the foregoing ins�ju ent, and acknowledged to me that he/she executed the same as
the act and deed of(�UQnI'JlOIVII�lO,• for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2�J day of
sroPkYIw 20_Z5
Alyzei Soto'
My Commission Expires
s/3no2s Notary Public m or the State of Texas
Notary 1013$276656
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
2026 Asphalt Resurfacing Contract 1
City Project No. 106168
00 52 43 - 1
Agreement
Page 1 of 6
i1 1)(9i 1113011IMMrrk,
AGREEMENT
THIS AGREEMENT, authorized on 12/09/2025, is made by and between the City of Fort Worth,
a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and SET Holdings Group, LLC dba Advanced Paving Company, 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 1
City Project Number 106168
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, Seven Hundred Eighty -Eight Thousand,
Nine Hundred Nineteen and 38/100 Dollars ($2,788,919.38). Contract price may be adjusted by
change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 180 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty and
00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1
for Final Acceptance until the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13, 2025
2026 Asphalt Resurfacing Contract 1
City Project No. 106168
005243-2
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.
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by 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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 2025
005243-4
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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 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.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 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:
By:
ss Gai-rett
��
5.5 Garrett (Jan 12, 202615:0635 CST)
Signature
Jesica McEachern
Assistant City Manager
Samuel S. Garrett
02/08/2026
(Printed Name)
President
Date
sFF°p'�wodd
Title
Attest:
ill 0
p
�a°W
Joe Field Road
4..
°2311
Address
Jannette Goodall, City Secretary
Dallas, Texas 75229
City/State/Zip
(Seal)
1/12/2026
M&C: 25-1132
Datc
Date: 12/09/2025
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.
Iretomelu (Jan 12, 202615:07:43 CST)
Iretomiwa Otuyelu PE
Project Manager
Approved as to Form and Legality:
Douglas Black (Feb 5, 2026 10:54:06 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
OFFICIAL RECORD....,?
Lauren Prieur (FeM 16 22 23 CST)
CITY SECRETARY Lauren Prieur, Director,
FT. WORTH, TX Transportation & Public Works
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised June 13, 2025
Bond #101470234
0061 13 - 1
PERFORMANCE BOND
Page 1 of 2
1
SECTION 00 6113
2
PERFORMANCE BOND
3
4 THE STATE OF TEXAS
§
5
§ KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT
§
7 That we, SET Holdings Group, LLC dba Advanced Paving Company, known as "Principal"
8 herein and Merchants Bonding Company (Mutual) , a corporate surety(sureties, if
9 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein
10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of,
12 Two Million, Seven Hundred Eiehty-Eight Thousand, Nine Hundred Nineteen and 00/100 Dollars
13 ($2,788,91938), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
16 WHEREAS, the Principal has entered into a certain written contract with the City awarded
17 the 9TH day of December, 2025, which Contract is hereby referred to and made a part hereof for
18 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
20 provided for in said Contract designated as 2026 Asphalt Resurfacing Contract 1, City Project
21 Number 106168.
22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
24 perform the Work, including Change Orders, under the Contract, according to the plans,
25 specifications, and contract documents therein referred to, and as well during any period of
26 extension of the Contract that may be granted on the part of the City, then this obligation shall be
27 and become null and void, otherwise to remain in full force and effect.
28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
30 Worth Division.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised December 8, 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
0061 13-2
PERFORMANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 19th day of December
2025
ATTEST:
(Principal) Secretary
Witfiess s to Principal
Witness as to Surety
PRINCIPAL:
SET Holdings Group, LLC dba Advanced Paving Company
BY:.�Q!`
Signature
Sr?txf�e S. �GifP7f�/PSiG�@� t_
Name and Title
Address: 2311 Joe Field Road
Dallas, TX 75229
SURETY:
Merchants Bondina COmpanv (iVMutuah
BY: Sw41u4fug%
Sigh ature
Sophinie Hunter, Attorney -In -Fact
Name and Title
Address: 6700 Westown Parkway
West Des Moines, IA 50266
Telephone Number: 800-678-8171
Email Address: sophie.hunter .aon.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
2026 Asphalt Resurfacing Contract 1
City Project No. 106168
,q"
MERCHANTS
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants
National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie
Petranek
their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of
the Companies.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company,
and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of
Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its
obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of June 2025
' • + � 0 "'•••• • � � �'• MERCHANTS BONDING COMPANY (MUTUAL)
.gip\NG Cp,�•, r•Q•S10Nq� .. •0NALINp ••.
• O .o . �`,.- f . MERCHANTS NATIONAL BONDING, INC.
:QQy .4ptlPo 4, ,- 5A.: ;may GoRPoRq eZ : y .- ?, OR;Y9�y�,,. MERCHANTS NATIONAL INDEMNITY COMPANY
-0- v 3; ;Z:2 _o_ Q;G; ,Z ,
�vd 1933 2003 7By
STATE OF IOWA
'' •• •"""""�• •'' ` •'' President
COUNTY OF DALLAS ss.
On this 2nd day of June 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the
said instrument was signed and sealed in behalf of the Companies by authority of their respective oards of Directors.
IA4,p Penni Miller
z 7 Commission Number 787952
• • My Commission Expires
10W1 January 20, 2027
(Expiration of notary's commission Notary Public
does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and
MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -
ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have
'p.NG Co
o�POR�..o9y•
_0_ p'.3�
v' 1933 ; ti
:dui•. 4.
POA 0018 (5/25)
hereunto set my hand and affixed the seal of the Companies on this 19th day of December 12025
.I......
•P5%0Ng4 •%••pNpL1&V ••.
�.(LPURq eZ :�2P�`P;,\FOR4,�•9�y��
a'2 _0_ o'a0'Z; tom: ..
:v'. 2003 ;',c�i •WSJ; i0;
Secretary
MERCHANT1S�
BONDING COMPANY.
MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC,
P.O. Box 14498 - DES MOINES, IOWA 50306-3498 , (800) 678-8171 • (515) 243-3854 FAX
IMPORTANT NOTICE
Have a complaint or need help?
If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the
issue, the Texas Department of Insurance may be able to help.
Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal
through your insurance company, If you don't, you may lose your right to appeal.
Merchants Bonding Company (Mutual)
To get information or file a complaint with your insurance company:
Call: Compliance Officer at 800-678-8171
Toll -free: 1-800-678-8171
Email: regulatory@merchantsbonding.com
Mail: P.O. Box 14498, Des Moines, IA 50306-3498
To get insurance information you may also contact your agent:
Aon Risk Services Southwest Inc
Call: 214-989-0000
Mail: PO Box 803507, Dallas TX 75380
The Texas Department of Insurance
To get help with an insurance question or file a complaint with the state:
Call with a question: 1-800-252-3439
File a complaint: www,tdi.texas.gov
Email: ConsumerProtection@tdi.texas.gov
Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091
SUP 0032 TX (11/19)
Bond #101470234
0061 14 - 1
PAYMENT BOND
Page 1 of2
1 SECTION 00 6114
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, SET Holdings Group, LLC dba Advanced Paving Companv, known as "Principal"
8 herein, and Merchants Bonding Company (Mutual) , a corporate
9 surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein
10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal
12 sum of Two Million, Seven Hundred Eiahty-Eight Thousand, Nine Hundred Nineteen and 00/100
13 Dollars ($2,788,919.38), lawful money of the United States, to be paid in Fort Worth, Tarrant
14 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 9" day of December, 2025, which Contract is hereby referred to and made a part hereof for all
18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories
19 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
20 as 2026 Asphalt Resurfacing Contract 1, City Project Number 106168.
21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
22 Principal shall pay all monies owing to any (and all) payment bond beneficia (as defined in
23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of he Work under
24 the Contract, then this obligation shall be and become null and void; otherwise t remain in full
25 force and effect.
26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
28 accordance with the provisions of said statute.
29
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised December 8, 2023
0061 14-2
PAYMENTBOND
Page 2 of
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 19th day of
3 December .20 25
4
5
6
7
8
9
10
12
ATTEST:
(Principal) Secp
Witness as to Principal
ATTEST:
(Sur ty) Se retary
Witness as to Surety
PRINCIPAL:
SET Holdings Group, LLC dba Advanced Paving Company
BY: JW
Signature
�a-,ue f S, 6vtrje7l�-
Name and Title
Address: 2311 Joe Field Road
Dallas, TX 75229
f reS i'Ve'l h`
SURETY:
Merchants Bonding Companv (Mutual)
BY: T /(,l41n
Signature
Sophinie Hunter, Attorney -In -Fact
Name and Title
Address: 6700 Westown Parkway
West Des Moines, IA 50266
Telephone Number: 800-678-8171
Email Address: sophie.huntere-aon.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 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised December 8, 2023
MERCHANTS
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants
National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonle
Petranek
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of
the Companies.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company,
and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of
Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its
obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of June 2025
...... ......
0 • •'�� A ��'•
1NG C MA • �`�r1ALINpF�•
MERCHANTS BONDING COMPANY (MUTUAL)
.gyp0 •,��P(10N �•• :
o(tiP0A4l 9,y. ; •o�PCR4r O • ; •'Q�\FOR4,�•, y�
MERCHANTS NATIONAL BONDING, INC.
�0; =Q
MERCHANTS NATIONAL INDEMNITY COMPANY
:aE -O- 03; • -a- 0zE'zi t0.
1933 :'ti; 2003 ;•,c); ;i' !3;
By
• d.
... .. •.
STATE OF•IOWA •
President
COUNTY OF DALLAS ss.
On this 2nd day of June 2025 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the
said instrument was signed and sealed in behalf of the Companies by authority of their respective ards of Directors.
�pRti44S� Penni Miller r
z Commission Number 787952
a • My Commission Expires
IOWP January 20, 2027 ci
(Expiration of notary's commission Notary Public
does not invalidate this instrument)
I, Elisabeth Sandersfeid, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and
MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -
ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked.
set my hand and affixed the seal of the Companies on this 19th day of December 2025
In Witness Whereof, I have hereunto
o,04G Co V V.
%40. r <.
-0- 0:,k
:=v�:• 1933
POA 0018 (5/25)
`9r1AL 1N�F ..
Z.
•'�Jdd ; Ada :
F-.411=01 .-
I
Secretary
MERCHANT S�
BONDING COMPANYr
MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC.
P.O. BOX 14498, DES MOINES, IOWA 50306-3498 , (800) 678-8171 , (515) 243-3854 FAX
IMPORTANT NOTICE
Have a complaint or need help?
If you have a problem with a claim or your premium, call your insurance company first. If you can't workout the
issue, the Texas Department of Insurance may be able to help.
Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal
through your insurance company, If you don't, you may lose your right to appeal.
Merchants Bonding Company (Mutual)
To get information or file a complaint with your insurance company:
Call: Compliance Officer at 800-678-8171
Toll -free: 1-800-678-8171
Email: regulatory@merchantsbonding.com
Mail: P.O. Box 14498, Des Moines, IA 50306-3498
To get insurance information you may also contact your agent:
Aon Risk Services Southwest Inc
Call: 214-989-0000
Mail: PO Box 803507, Dallas TX 75380
The Texas Department of Insurance
To get help with an insurance question or file a complaint with the state:
Call with a question: 1-800-252-3439
File a complaint: www.tdi.texas.gov
Email: ConsumerProtection@tdi.texas.gov
Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091
SUP 0032 TX (11/19)
Bond #101470234
0061 19- 1
MAINTENANCE BOND
Pagel of 3
1 SECTION 00 6119
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we SET Holdings Group, LLC dba Advanced Paving Company, known as "Principal"
8 herein and Merchants Bonding Company (Mutual) , a corporate surety (sureties, if
9 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein
10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
12 of Two Million, Seven Hundred Eiahtv-Eight Thousand, Nine Hundred Nineteen and 00/100
13 Dollars ($2,788,919.38), lawful money of the United States, to be paid in Fort Worth, Tarrant
14 County, Texas, for payment of which sum well and truly be made unto the City and its successors,
15 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
1 16 severally, firmly by these presents.
17
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the 91' day of December, 2025, which Contract is hereby referred to and a made part hereof for
20 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from
22 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract
23 and designated as 2026 Asphalt Resurfacing Contract 1, City Project Number 106168; and
24
25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
26 accordance with the plans, specifications and Contract Documents that the Work is and will remain
27 free from defects in materials or workmanship for and during the period of two (2) years after the
28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
29
30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
31 receiving notice from the City of the need therefor at any time within the Maintenance Period.
32
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised September 19, 2025
006119-2
MAINTENANCE BOND
Page 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 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
9 Surety under this Maintenance bond; and
10
11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
13 Worth Division; and
14
15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
16 recoveries may be had hereon for successive breaches.
17
18
19
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised September 19, 2025
006119-3
MAINTENANCE BOND
Page 3 of 3
I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
instrument by duly authorized agents and officers on this the 19th day of December
, 20 25 .
PRINCIPAL:
SET Holdings Group, LLC dba Advanced Paving Company
BY: 4/ 'E�`�"�� /" l
Signature
ATTEST:
(Principal) Secretary Name and Title
Address: 2311 Joe Field Road
Dallas. TX 75229
WAascipaV
SURETY:
Merchants Bondino Companv (Mutual,
BY: �fn
_ 11Lfi)ture
Sophinie Hunter, Attorney -In -Fact
ATTEST: Name and Title
�Address: 6700 Westown Parkway
(Sure ) Se etary West Des Moines, IA 50266
Witness as to Surety Telephone Number: 800-678-8171
Email Address: sophie.huntere-aon.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 I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106168
Revised September 19, 2025
"4"
MERCHANTS
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants
National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonle
Petranek
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of
the Companies.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company,
and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of
Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its
obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of June , 2025
•••• MERCHANTS BONDING COMPANY (MUTUAL)
DXNG Cp' •'A%0Nq''
ti !Ir'•. P,......., < ' • : OVAL f .. •.
•� A �' R �o% Q��'�\FOR -F'�y MERCHANTS NATIONAL BONDING, INC.
�'�;•• APO
•�y VQ 2''•4k-.%P, . ; hy:�O�PO qj�.Z . • y �Q N�9, i� MERCHANTS NATIONAL INDEMNITY COMPANY
:aEr -o- v 3' lair -0- o:a: •�: '�'
1933 'cti: 2003 a ��
By
STATE OF•IOWA • • President
COUNTY OF DALLAS ss.
On this 2nd day of June 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the
said instrument was signed and sealed in behalf of the Companies by authority of their respective jaoards of Directors.
tAts Penni Miller
z . o P Commission Number 787952
• • My Commission Expires
IOWF January 20, 2027
(Expiration of notary's commission Notary Public
does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and
MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -
ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 19th day of December 2025
oop\NG Co
...... .un, ....•
•.�PSIONq� �iAL 1Np� •..
•• ••
��GO�POR9�yy�•.
��y G0�40R4r:0y't
-o- o:
.•2?\FOR4,/,.
;2r2
d 1933
2003
POA 0018 (5/25)
Secretary
1
MERCHANT,S�
BONDING COMPANY.
MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC.
P.O. BOX 14498, DES MOINES, IOWA 50306-3498 , (800) 678-8171 • (515) 243-3854 FAX
IMPORTANT NOTICE
Have a complaint or need help?
If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the
issue, the Texas Department of Insurance may be able to help.
Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal
through your insurance company. If you don't, you may lose your right to appeal.
Merchants Bonding Company (Mutual)
To get information or file a complaint with your insurance company:
Call: Compliance Officer at 800-678-8171
Toll -free: 1-800-678-8171
Email: regulatory@merchantsbonding.com
Mail: P.O. Box 14498, Des Moines, IA 50306-3498
To get insurance information you may also contact your agent:
Aon Risk Services Southwest Inc
Call: 214-989-0000
Mail: PO Box 803507, Dallas TX 75380
The Texas Department of Insurance
To get help with an insurance question or file a complaint with the state:
Call with a question: 1-800-252-3439
File a complaint: www.tdi.texas.gov
Email: ConsumerProtection@tdi.texas.gov
Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091
SUP 0032 TX (11119)
Flores, Sophia
From:
Merchants Bonding Info <Info@merchantsbonding.onmicrosoft.com>
Sent:
Tuesday, December 23, 2025 11:41 AM
To:
Flores, Sophia
Cc:
Fields, Nicholas S
Subject:
RE: Verification of Bond#101470234
This email is from an unknown sender
aL This is the first time you are receiving an email from this sender. Report Suspicious
Hello, Sophia. Bond #101470234 is a valid bond and the details showing below are accurate. Thank you!
Jessica Scott I Commercial Underwriting Associate
MERCHANTS
BONDING COMPANY
COMMON SENSE SURETY SINCE 19330
From: Flores, Sophia <Sophia.Flores2@fortworthtexas.gov>
Sent: Tuesday, December 23, 2025 11:02 AM
To: Merchants Bonding Info <Info@merchantsbonding.onmicrosoft.com>
Cc: Fields, Nicholas S <Nicholas.Fields@fortworthtexas.gov>
Subject: Verification of Bond#101470234
CAUTION:This email originated from outside of Merchants Bonding Company. Do not click links or open attachments unless you
recognize the sender and know the content is safe.
Hello,
The City of Fort Worth requires bond verification before a contract can be executed. We have received
the following bonds from SET Holdings, LLC dba Advanced Paving Company: Bond #101470234, in the
amount of $2,788,919.38, issued by Merchants Bonding Company (Mutual) for City Project #106168,
2026 Asphalt Resurfacing Contract 1. Please confirm that the bonds and corresponding amounts are
valid so we can proceed with awarding the contract to SET Holdings, LLC dba Advanced Paving
Company. If this is not the right bond verification address, please provide for Merchants Bonding
Company (Mutual).
Thank you,
Sophia Flores
� ",j Contract Compliance Specialist
i ORT * ORTM, Transportation & Public Works
Office 817-392-2026
100 Fort Worth Trail, Fort Worth, TX 76102
CONNECT WITH US. 0 0 0 C
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: SET Holdings Group, LLC dba Advanced Paving Company
Subject of the Agreement: Authorize execution of a contract with SET Holdings Group, LLC dba
Advanced Paving Company, in the amount of $2,788,919.38 for the 2026 Asphalt Resurfacing Contract 1
project at various locations (City Project No. 106168)
M&C Approved by the Council? * Yes 8 No 8
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: 12/09/2025 Expiration Date: 12/09/2030
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. 106168
*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: 106168_2026 ASPHALT RESURFACING CONTRACT 1
M&C: 25-1132
Date: 12/05/2025
To: Name
1. Sophia Flores
CPN: 106168 CSO:
DOC#:
Department Initials Date Out
TPW - Review 01/22/2026
2. Iretomiwa Otuyelu
TPW-Approver
1.0.
01/22/2026
3. Donnette Murphy
Risk -Approver
aac
01/22/2026
4. Patricia Wadsack
TPW-Approver
�(,�j/
02/04/2026
5. Lauren Prieur
TPW — Signer
a,Aep.02/04/2026
6. Douglas Black
Legal -Signer
oug as Black
02/05/2026
7. Jesica McEachern
ACM -Signer
CA
02/08/2026
8. Katherine Cenicola
CSCO-Approver
C
02/09/2026
9. Jannette Goodall
CSCO-Signer
A.m.
02/09/2026
10. Allison Tidwell CSCO-Form Filler
.%
02/09/2026
11. TPW Contracts
TPW
DOCUMENTS FOR CITY MANAGER'S SIGNATURE:
All documents received from any
and all City Departments requesting City Manager's signature for approval MUST BE ROUTED
TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip,
David will review and take the next steps.
NEEDS TO BE NOTARIZED: []YES ®No
RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Reauired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: Please notify TPWContract(&fortworthtexas.2ov. Thank you!