Loading...
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!