HomeMy WebLinkAbout064794 - Construction-Related - Contract - Texas Materials Group, Inc.CSC No. 64794
O�RT �(�I�TH�
�� � � �, -
CONTRACT
FOR
THE CONSTRUCTION OF
2026 ASPHALT RESURFACING CONTRACT 6
City Project No. 106290
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
ZOZS � ��p,�E, OF T F,��s1 �1
f *;� � ''•. * !
; : �
i..* .:.....................:: *.
jIRETOMIWA SEYON OTUYELU
� ...:..........................
�l.'0,�. 154477 : ��:
��7 � � Cy 1,1 �:� X�%1:��7
C«] � i'�'i xy:� � �_l:�'1
FT. WORTH, TX
���� :::�� = -
�
��� �����
Cit of FortWorth
Y
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
00 OS 10 Mayor and Council Communication
00 OS 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Statement
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequalifications
� 00 45 12
I nn��
� 00 45 26
I nn�T
� 00 52 43
� 00 61 13
� 00 61 14
� 00 61 19
00 61 25
00 72 00
� 00 73 00
Prequalifcation Statement
Contractor Compliance with Workers' Compensation Law
�rall ��ui:q.,�ss-(�e��
Agreement
Performance Bond
Payment Bond
Maintenance Bond
Certificate of Insurancc
General Conditions
Supplementary Conditions
Division O1 - General Requirements
� O1 11 00 Summary of Work
� O1 25 00 Substitution Procedures
� O1 29 75 Materials On Hand
� O1 31 19 Preconstruction Meeting
� O1 31 20 Project Meetings
� O1 32 16 Construction Schedule
� Ol 32 33 Preconstruction Video
� Ol 33 00 Submittals
� O1 35 13 Special Project Procedures
� O1 45 23 Testing and Inspection Services
� O1 50 00 Temporary Facilities and Controls
� O1 55 26 Street Use Permit and Modifications to Traffic Control
� O1 57 13 Storm Water Pollution Prevention Plan
� O1 58 13 Temporary Project Signage
� O1 60 00 Product Requirements
� Ol 66 00 Product Storage and Handling Requirements
� Ol 70 00 Mobilization and Remobilization
� Ol 71 23 Construction Staking and Survey
� O1 74 23 Cleaning
� O1 77 19 Closeout Requirements
� O1 78 23 Operation and Maintenance Data
� O1 78 39 Project Record Documents
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025
Last Revised
07/O 1 /2011
07/O 1 /2011
02/08/2024
09/O 1/2025
02/24/2020
09/19/2025
09/30/2021
09/30/2021
09/30/2021
08/13/2021
09/30/2021
06/13/2025
07/O 1 /2011
nini��
9/19/2025
12/08/2023
12/08/2023
9/19/2025
07/O 1 /2011
09/O 1/2025
9/ 19/2025
Last Revised
12/20/2012
07/O1/2011
9/19/2025
09/O1/2025
07/O 1 /2011
10/06/2023
07/O 1/2011
12/20/2012
03/11/2022
03/09/2020
09/ 19/2025
03/22/2021
07/O 1 /2011
07/O1/2011
03/09/2020
07/O 1/2011
11/22/2016
02/14/2018
07/O 1 /2011
03/22/2021
12/20/2012
07/O 1 /2011
2026 Aspbalt Resurfacing Contract 6
City Project No. 106290
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
� 34 71 13 � Traffic Control
Special Specifications
� 99 99 00 Additional Specifications
� 99 99 O1 TxDOT Item 276
Date
Modified
�
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.�ov/tnw/contractors/
or
https://apps.fortworthtexas.�ov/ProiectResources/
Division 02 - Existin� Conditions
� 9�-4-�� �€�es���t���t�en
Im�T r r�;i;�., n o,.,,,. .,i i n i.,,ra„�,.,o„�
� 02 41 15 Paving Removal
Division 03 - Concrete
� 03 30 00 Cast-In-Place Concrete
� 03 34 13 Controlled Low Strength Material (CLSM)
In��o r,..,,.,.o.o u.,�e r�.,�o,.;.,i �,. rr,.o�„t, no,..,;,.
I tl�-�'tl-�8 T�„��"1L � �Il?%iixge9aE�e�€-3�E�i'@S�
�
� �� �'
� � \ -
� � �
� i \ �
� � �
Division 31- Earthwork
31 00 00 Site Clearing
31 23 16 Unclassified Excavation
� , �? �? �
Z 1�-ri�-vv r�:i�,�1;i.�;Y:�'1�tT
� i �c nn �.-,.�;�� .,ra coa;,�.o�. �,.�..-�t
�o
� i�o �
� i�no �H
Division 32 - Exterior Improvements
� �''�T ��'�z;�l�?t IZv,;�,.�
I'2'1�4Q To.�„-..,,-.,.-�, A �,-.L,,,1� D,,.,:.�.. Do...,:,-
I'2'��� !`(..�,..,-o+o D.,.,;,-... Do.-..,;,-
Last Revised
n� i i i�m� �
va � z
i�i�� �
02/02/2016 �
06/13/2025 �
o3io�i2o2s �
i�i��i I
i�i�n�ni� �
r�.,rz.vr �rc
� �
� �
� �
� � �
� � _
03/22/2021
O1/28/2013
n i i���
n i i���
nn i�o o�T
i � i���
,�i��
. �
� �
� �
CITY OF FORT WORTH 2O26 Aspbalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
� 32 11 23
� 321129
� 321133
� � 11 '''-
� 32 12 16
� 32 12 73
� 32 13 13
� 32 13 20
� 32 13 73
� � ��o
� 32 16 13
� 32 17 23
� 32 17 25
I�� �, �
� � ��o
I � ���
� � ���
� 32 91 19
� 32 92 13
� 32 92 14
� 32 92 15
� � "'��
Flexible Base Courses
Lime Treated Base Courses
Cement Treated Base Courses
r : ,:,� -r..e.,.oa �,,;, ��.,t.;,:�o,.
Asphalt Paving
Asphalt Paving Crack Sealants
Concrete Paving
Concrete Sidewalks, Driveways and Barrier Free Ramps
Concrete Paving Joint Sealants
�al L��t Ilz.�
Concrete Curb and Gutters and Valley Gutters
Pavement Markings
Curb Address Painting
J�� s r�.�� aiar.i�a�€�
�ar.,.o ror„o� „�,a r �o�
�x�,.,.a �o�,.o� .,ra r.,.o�
r„�� :� ni,,,.e r,.�,...o�o no+.,;�;�,. �x�.,ii�
Topsoil Placement and Finishing of Roadway Right-of-ways
Sodding
Non-Native Seeding
Native Grass and Wildflower Seeding
-r,-oo� „ra e��„i.�
12/20/2012
12/20/2012
06/10/2022
nQi�o ���
6/07/2024
12/20/2012
06/13/2025
12/09/2022
12/20/2012
, � ����
12/09/2022
06/10/2022
11 /04/2013
i�i��
,�i��z
i � i���
8�$
03/ 11 /2022
OS/13/2021
OS/13/2021
10/06/2023
i � i���
Division 33 - Utilities
I���o �o..,o...,�a r,r„r�,.,o To��;�,.
����r ri,.�oa r:,,,,,,;� Toio.,;�:�� �rrT�» T���o„�;on �anit"""�
I���✓-v i�i ci6$e� c�icai`�--Tre�e� ;�:,•,• !/�r�-r� 71 7,.�,.2c�ieir—oi ,(�"d4Y �a'1:
�� n� in ���., ��;�,. co..,,,,- c.,��,..,.�
�--v�v �� Pl��'ilx/!:1`T
� ���no T,,;�� u„�a:rn „�a �lo�*I�10�1 lJ3�iAi�
I���T r ..........:..� r„�.,.,.i rro�+ c�„+:,,�.,
I'22�z T�.,..,�.o�;,,,-., A,�,.,ao !''.,rt,.,.�1;,. D,-..�o..r;.»�. C.,�ro.-.,
IZ2�o To.�„-..,,-.,,-., ixT.,�o,- C'o,-. ;
I2'2�v !`lo.,,�.:.-... .,,-.,7 A,,,.v,.�.,.-.,.o To�f:,-... ,.F�x7.,�o.- AiT.,;.,.�
I22�0 !''lo.,.,;,.,. „4'D:..o�
'22�0 ,,,4;,,,, R,�,l.oa.v.o.,� ,.,1 R,,,,1��:11
Tr�' Z'p✓7fc11 �1i^�. .,
�2 2�i + r ' r
�l� ,�111J �,3�f2g
� 33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
� 33 OS 16 Concrete Water Vaults
� 33 OS 17 Concrete Collars
� � 2�� �
� �2�T T,,,-.,-.ol T ;,-,o,. Dl.,�o
I22�z Crool !''.,�;,-... D:,�.o
I � ��vT�� L�AI�d 1 �iHg
2 2�T T,�. �+.,11 „�: ,�,�. ,. F ,�. !''., �:.. ,. ,.,- T, ..�..�. T �
Cc�^ioi Pi�� � ol �ir�os Ill� �
I���0 7 T�; l;r�, T�.,..lro,.� /r ,,,,,,+„«�
I22�o T „ ..+;,.,� ,.FL'.,;.,a:,�,. TT�:1;�:,,�
I ��T✓—rrv� �L�t7� TjU�;� Z°'1'�a��
I2'2�o Tl,,,.+;10 7.-,,.-. D;,.o
�. � � •
�i�
��
��
��
� � ��
�
�� � �
� � _ ��
��
� L ��
��
1 ` 1' 1�
03/11 /2022
12/20/2012
03/11 /2022
, � ����
17/7�z
1')/��z
17/l�z
i � in��.�
17N�z
1 � /7�i
i7i��z
1 '1 //l�z
CITY OF FORT WORTH 2O26 Aspbalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
� ✓� 11 11
I�iii�
�?�31113
�?�31111
� � ��-'�o
� � ��_
I � ��o
� � ��_
� � ���
� � ���v
I� 2�ii-�v
I 3J 3J ��✓v
� � ��o
I� � , , �
� ?�3 ?� 13
� ✓� �% 1 �
� � ��o
� ��T
I 2 2�z
I����
� � ���v
� � ���v
� � ��o
� � ��o
� � ��o
I 2 2�0
I � ��o
� � ���v
� �� �1 11
���ii�
� � ��-^��
��
� � ��_
I� ��✓--Tv-vz
I � ��nv
� 33 49 20
� � ��o
r,,,,,.;,,, T.-,.� �;..;�,��
n„i.,.,;,,�.i r�,�,.,-:ao in��r� n,-:l�;dd11 ��o
Ee�e�o Ilaovaro Dl�a D.,,. �x�,..,,.,-.o,a c.00� �.,�:�,ao,.-r�,,.o
�J PrF� �°�3 Pi�`�gs
�x�„�o,- co,-.,;,.o� i ,.�, �„ � ; „i,
r ., o �x�..+o.. n�o�o,-�
n,.�:i;,.�. c,,,,.,.a r_.,.,, v.,i.,,,
n�a��x�n n„t,t,o,. co.,�Od �UirIJY�VgS
r,..,.,o„+;,,,. +„ �.,;�+;.,,. �aT.,+o,. ra,,;,��
' A;,- �7.,1. A 1 „ F ,- D,.�.,l.l,. �I7.,�,,,- C��,��,,,�..,
Euiiivcru�i�" GC'J'::Y., IC
T7;,-o�
���, �1"�� � c�
,�t�t�d��dDi,,.., „����„ir,o n�.,o,..i..i.,
�d is �ll����
�4�olbl,'Yl� ��;�� .- oa n:�o � .- r_...,�,;��, �QYli�<'1���
u:,.L. Tlo.-.�;t., D,.l.,o�l..,lo.-.o r �
(I�P. �) Pi� �'.,� E�'�t�;�e�e�
n,.i.,.,;��,i rt,i,.,.:ao in��r� r_,.,,. ;.., c�.11��"`,'�r�
n,.i.,.,;��,i ri,i,.,.:ao in��r� ri„�oa n,.,.�:io r,,..;�.�.,C1s11t��"��e�
�
����,� J«F T ,irr.: g
C.,,,;r.,,-.. Co.,.o,- D;..o R,�.1.,,-�.o,�.o.�.�
e.,,,;��.`1 �7 Il„o r',,,,�.o,.�;�,.,� ,,,,,7 Co.-.,;,.o T; o
E�'�,�i�r✓.,,,, n;,- ��„i, o�,- e,.r;�,,,-., co,..o,- �,,,-,.o r�,,;��
''�,� in P.l�,,o �,.�,,,.o�o r,r„�,�,.�o�
nro,..,�� r-�r„ra�o r,r.,�,�,.,o�
����� '��s
tx�„�.,,..,.,�,.,- n,. ., ri,.,,..�.,.,- nx� n r�
�lii£���.'� �/11.�Y'�, c„ c+,-. ,.a,
Do;..F ,-,.a,� f',,,.,.,-o+o C+,,,-,�. Co...o,- D:,-.o/!''„l�,o,-a�
L7;,.1. Tla..�:r.. D„1.,orL,.,lo..o ;�7�n�1 �l'F�c�rt.^ir:17 �1ik�'�
� ��
uo;,,� ,-,.oa n„i.,o.�..,ioro �etyn�) �i�
D.,��"rprr�v�p`�Ll�� Dip� �e�,�G��� T��i.�
F�.��d��ir�ge
��Ql°:SS r.%°7.1\;
�€i�011 ��171�7�
C1,"�. 2� �1,."�'. A�T.,,�L.,.1,.� .,..,] T,,.�,.�;,.,� �,..�,.�
Curb and Drop Inlets
���12'T�ina,.o uo„a,. „n� .,�,a �xr�,...,,,ii�
m�n�r��r.�
j.(.( �.(./ �.�
�iiil�Ti7�r�
��
. . �
. .
. . _ ���
.. �iR1
���
��
��
.�
� . ��
�
. .
.. . .
� �� � �
�r.�
Division 34 - Transportation
�n n i i n rr..,,��;,, e;,.r.,i�
�o
�n n i i n ni ii r,.i.;ro�
�v-r z4tt-& rii€��A �eat�6a€i' cZrvrricc
�n ni in rn �., n ��o
�vz z4tca rii€�� E6ir�6a�'�c iG&t�6a
� ^ ^�-�z-�nv-�✓ ?YttiTGYYrii�t-�3tlTCii's`�7cGYYi�Ct�n
2il�i T..,�..,....-.,.-�. T.-..F 1� �ll�l�
b
2��� D,.,�.,��.;,�.,. T.-.,FF;,. C`;..,�...1�
���v ��' Ilhxl'llli'�t;,... A ��o.�,l.l;o�
2^ ^�� �tsrial. �J l�"�� �aic«r.��$s
�n n�� �,.00..,.,. r �r� n,,.,a..,.,�, �I.�1°�ii�i:es
�^ ^�� �o����tia? �T'� P_��- �ai2lit�i:as
����
. �
�i _ �
�
�
..
�.
. . ��
.. . �
��
� �
e�i -i
��. . �
. �
. . .
��
�
� � �
��• �
� �
� �
�
��
. .
. .
��
CITY OF FORT WORTH 2O26 Aspbalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
I � ^�nv
I � ^�o
I 34 71 13
��1z177�r.U�2 S ��s
�edo �'i'��r r'„�
Traffic Control
Page 5 of 6
Appendix
GG4.02
GC-6.07
GN-1.00
SD-1.00
SP-1.00
SL-1.00
Subsurface and Physical Conditions
Wage Rates
General Notes
Standard Construction Details
Pavement Marking Plans
Street List, Quantities and Maps
END OF SECTION
, , �,�n
n� i���
03/22/2021
CITY OF FORT WORTH 2O26 Aspbalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025
2/10/26, 5:31 PM
CITY COUNCIL AGENDA
Create New From This MB�C
DATE: 2/10/2026 REFERENCE **M&C 26-
NO.: 0101
M&C Review
FD RT ��`0 RT H
-��-
LOG NAME:
202026 ASPHALT
RESURFACING CONTRACT
6
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 11) Authorize Execution of a Contract with Texas Materials Group, Inc., in the Amount
of $4,089,561.00 for the 2026 Asphalt Resurfacing Contract 6 Project at Various
Locations
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with Texas Materials Group,
Inc. in the amount of $4,089,561.00 for the 2026 Asphalt ResurFacing Contract 6 project at various
locations (City Project No. 106290).
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 7.85 lane miles for the street sections below, under the 2026 Asphalt Resurfacing
Contract 6 project (City Project No. 106290).
I Street
IAda Avenue
IAvenue J
� Griggs Avenue
Hawlet Street
Primrose Avenue
IUpton Avenue
IOakland Boulevard
From
Vaughn Boulevard
South Ayers Avenue
Eastland Street
South Ayers Avenue
Bluebonnet Drive
Hawlet Street
Arden Place
To
Wallace Avenue
Miller Avenue
East Berry Street
Upton Avenue
Sylvania Avenue
Hampshire Boulevard
Menzer Road
This project was advertised for bid on November 5, 2025, and November 12, 2025, in the Fort Worth
Star-Telegram. On December 4, 2025, the following bids were received:
Bidder
ITexas Materials Group, Inc.
IPeachtree Construction, Ltd
I Eurovia Atlantic Coast, LLC
Bid Amount Time of
Completion
$4,089,561.00 180 Calendar Days
$4,357,456.50
$4,814,375.00
�
�
apps. ciwnet.org/cou ncil_packet/mc_review.asp? I D=34144&counci Idate=2/10/2026 1/2
2/10/26, 5:31 PM
M&C Review
In addition to the contract amount, $450,000.00 is required for project management, material testing
and inspection, and $408,956.00 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 6 project.
Construction of this project is expected to start in March 2026 and be completed by September 2026.
Upon completion of the project there will be no anticipated impact on the General Fund operating
budget.
Small Business (SB) Goal — The City waived the Small Business Program requirement for this project
due to there being fewer than three certified vendors available.
This project is located in COUNCIL DISTRICT 11
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the General Capital Projects Fund for the 2026 Asphalt Resurf Contract 6 project to
support the approval of the above recommendation and award of the contract. Prior to any
expenditure being incurred, the Transportation and Public Works Department has the responsibility to
validate the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project
ID ID
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
Program Activity Budget Reference #
Year (Chartfield 2)
Jesica McEachern (5804)
Lauren Prieur (6035)
Monty Hall (8662)
106290-SBWR-2026 Asphalt Resurfacina Contract 6.pdf (CFW Internal)
106290 FID Table.xlsx (CFW Internal)
1295 Ltr Sep 2025.pdf (CFW Internal)
202026 ASPHALT RESURFACING CONTRACT 6 funds avail.docx (CFW Internal)
CPN106290 - Bid Table.xlsx (CFW Internal)
M&C Map CPN106290 2026AsphaltResurfacina Co6.pdf (Public)
Amount
apps.ciwnet.org/council_packet/mc_review.asp?ID=34144&councildate=2/10/2026 2/2
CITY OF FORT WORTH
Transportation and Public Works Department
2026 Asphalt Resurfacing Contract 6
City Project No.106290
ADDENDUM NO.1
Addendum No. l: Issued Monday, November 24, 2025
Bid Open Date: Thursday, December 4, 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 bidde,r to
disqualification.
The Plans and specification documents for 2026 Asphalt Resurfacing Contract 6, City Project No.
106290, are hereby revised by Addendum No. 1 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS:
a. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised
PROPOSAL FORM.
b. SUBMISSION INSTRUCTIONS — 26-0033 — The submission instructions have been updated
to include Addendum No. 1 under the Requested Information section.
c. SECTION 32 12 16 — Add the attached modifed ASPHALT PAVING specifcation.
The attendees asked the following questions during the pre-bid conference and on Boniire. The City
of Fort Worth's responses are below.
Question 1: What is the engineer's estimate for the project?
Response 1: $4, 300, 000 is the approximate construction cost based on the engineer's esti�nate.
Question 2: Quantity and Unit of Measure of the Cement Treated Base?
Response 2: The coring report for Oakland Blvd indicates that some sections contain concrete
beneath the asphalt surface. Base repairs foN sections with existing concrete will be perf'ormed using
reinforced concrete, while sections without concrete will be repaired using cement-treated base
(CTB). These base repairs may extend up to 9 inches below the surface. The base repair will include
2" asphalt Type DG-B after installing either concrete or CTB. The unit of ineasure for CTB will
remain cubic yards. The City has adjusted the quantities for concrete removal and replacement, as
well as the CTB quantities, in this Addendum.
Question 3: How will the removal of the material be paid for to make room for the 6 inches of plant
mixed CTB?
Response 3: This will be paid for using the unclassifzed excavation item in Cubic Yard
Question 4: Provide a general depth of HMA patching under the Asphalt Base Repair item.
Cl"fY OF FORT WOR"I'H 2O26 Asphalt Rcsurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Projcct No. 106290
Revised September 14, 2022 Addendum No 1
Response 4: For the base repair on Oakland Blvd, approximately 2-inch asphalt Type DG-B layer
will be placed following the installation of either concrete or CTB. Accordingly, the typical depth of
HMA patching under the Asphalt Base Repair item is 2 inches.
This Addendum No. 1 forms part of the Specifications and Contract Documents for the above-
referenced project and modifies the original Project Manual and Contract Documents of the
same.
Acknowledge your receipt of Addendum No. 1 by completing the requested information in the
space provided in Section 00 41 00, Bid Form, Page 3 of 3
A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the time of
bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject
bidder to be considered "NONRESPONSIVE," resulting in disqualification.
Addendum No. 1
RECEIPT ACKNOWL DGEMENT:
C� J
gy. Ronald D S son, Jr
Company: Texas Materials Group, Inc.
Lauren Prieur, P.E.
Director, Transportation and Public Works
By: � ���. ('� � � ����
Zelalem Arega, P.E.
Engineering Manager, TPW
Address:420 Decker Dr, Ste 200
Ciry: Irving State: Texas
CI"fY OI� I�ORT WOR"I�H 2O26 Asphalt Rcsurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 106290
Revised September 14, 2022 Addendum No 1
0o az as
BI� YROPOSAL
Pucz I of 1
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Information
Bidlist Item
No.
� 1
� 2
� 3
� 4
I 5
� 6
� 7
� 8
� 9
� 10
� 11
� 12
� 13
� 14
� IS
� 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
� 45
� 46
� 47
� 48
� 49
I 50
Description
0170.0101 Specified Remobilization
0241.1000 Remove Conc Pvmt
0241. I 300 Rcmovc Conc Curb & Guttcr
3216.0102 7" Concrctc Curb & Guttcr
0241.0401 Rcmovc Concrctc Drivc
3213.0401 6" Concrctc Drivcwav
0241.0100 Rcmovc Sidcwalk
3213.0301 4" Concrctc Sidcwalk
0241.1400 Remove Conc Vallev Gutter
3216.0301 7" Conc Valley Gutter, Residential
0241.0300 Remove ADA Ramp
3213.0501 Barrier Free Ramn, Twe R-1
3213.0506 Barrier Free Ramu, Twe P-1
3212.0900 Asuhalt Crack Sealant
0241.1800 Reinove Sneed Cushion
3212.0600 HMAC Pavcmcnt Lcvcl-Up
3212.0401 HMAC Transition
3212.0304 2" Asphalt Pvmt Superpavc SP-D
0241.1506 2" Surfacc MillinQ
0241.1700 Pavcmcnt Pulvcrization 11"
3212.0305 3" Asphalt Pvmt Superpavc SP-D
3213.0102 7" Conc Pvmt
3213.0104 9" Conc Pvmt
3211.0601 CEMLIMET"' (a� 32 LBS/SY
9999.0001 TxDOT Item 276 - Cement Treatment (Plant Mix) Class L
9999.0002 AsUhalt Base Repair (Asnhalt Type DG-B)
3123A102 Unclassified Excavation
3292A100 Block Sod Replacement
3291 A 100 Tousoil
3217.0101 6" SLD Pvmt Marking HAS ( W)
3217.0102 6" SLD Pvmt MarkinQ HAS (Y)
3217.01 13 Prcformcd Thcrmoplastic Contrast Markines - 6" Dashcd ! Wl
3217.0201 8" SLD Pvmt Marking HAS ( W)
3217.0504 Prcformcd Thcrmoplastic Contrast Markinq - 24" Stop Bars
3217.0502 Preformed Thermoplastic Contrast Markin¢s - 24" Crosswalk
3217.1002 Lane Legend Arrow
321 Z 1003 Lane Legend DBL Arrow (Right Tum)
321 Z 1004 Lane Leeend Onlv
3217.5001 Curb Address Painting
3217210/ Raised Marker TY I-C
32172103 REFL Raised Maeker TY II-A-A
3217.1006 Lane Le�end Bike
3217.1007 Lane Le�end Sharrow
3305.0107 Manholc Adiustmcnt, Minor
3305.01 12 Concrctc Collar for Manholc
3305.011 7 Concrete Collar for Valve
3471.0001 Traffic Control
3471.0002 Portable MessaQe Si2n
9999.1000 Irrigation Adjustment & Landscape Repair Allowance
9999.1003 PavinQ Construction Allowance
CTT1' OP PORT WORTH
STATDARD CONSTRUCTIOn SPCCQ�'ICA7IOr DOCLMLNTS
2e�iszA 9/19/2025
Specification
Section No.
O1 70 00
0241 IS
0241 IS
32 16 13
02 41 13
32 13 20
0241 13
32 13 20
0241 13
32 16 13
0241 13
32 13 20
32 13 20
32 12 73
0241 IS
32 16 16
32 12 16
32 12 16
02 41 15
02 41 15
32 12 16
32 13 13
32 13 13
32 11 29
99 99 O 1
32 12 16
31 23 23
32 92 13
32 91 19
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 25
32 17 23
32 17 23
32 1723
32 17 23
33 OS 14
33 OS 17
33 OS 17
34 71 13
34 71 13
99 99 00
99 99 00
Uni[ of
Measure
EA
SY
LF
LF
SF
SF
SF
SF
SY
SY
EA
EA
EA
GA
EA
TN
TN
SY
SY
SY
SY
SY
SY
TN
CY
CY
CY
SY
CY
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
MO
WK
LS
LS
END OF SECTION
Bidder's Application
Bidder's Proposal
B�d Unit P�ice
Quantity
1
4,500
4,000
4,000
I .000
I ,000
I ,000
I ,000
200
200
IS
10
10
25
3
50
50
13,000
13,000
50.200
50,200
4,000
500
800
600
300
1,000
600
300
5,600
7,200
I50
70
200
200
20
1
20
10
5
100
20
2
10
46
39
6
6
1
1
TO[AI BId
Bid Value
�
�
�
�
I
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
$35,000.00 �
$150.000.00 I
$185,000.00 �
2026 Asphalr Rcs�ctac�q Couh'act 6
City Pr �ect �o. 106290- Addendum �'o I
321216-1
ASPHALT PAVING
Page 1 of 25
2
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
SECTION 321216
ASPHALT PAVING
1. Constructing a pavement layer composed of a compacted, dense-graded mixture of
aggregate and asphalt binder for surface or base courses
B. Deviations from this City of Fort Worth Standard Specification
1. H.M.A.C. BASE REPAIR
a. MEASUREMENT
1) MEAUREMENT FOR THIS ITEM SHALL BE BY THE CUBIC YARD
OF COMPLETED AND ACCEPTED H.M.A.C. BASE REPAIR IN ITS
FINAL POSITION FOR THE VARIOUS THICKNESSES AND ASPHALT
MIX TYPES.
b. PAYMENT
1) THE WORK PERFORMED AND MATERIALS FURNISHED IN
ACCORDANCE WITH THIS ITEM AND MEASURED AS PROVIDED
UNDER "MEASUREMENT" WILL BE PAID FOR AT THE UNIT PRICE
BID PER CUBIC YARD OF ASPHALT BASE REPAIR.
c. THE PRICE BID SHALL 1NCLUDE:
1) EXCAVATING, SHAPING, AND F1NE GRADING THE REPAIR AREA
2) FURNISHING, LOADING, UNLOADING, STORING, HAULING AND
HANDLING ALL MATERIALS 1NCLUDING FRIGHT AND ROYALITY.
3) MATERIALS AND WORK NEEDED FOR CORRECTIVE ACTION
4) REMOVAL AND/OR SWEEPING EXCESS MATERIALS
26 C. Related Speci�cation Sections include, but are not necessarily limited to:
27 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
28 2. Division 1- General Requirements
29 3. Section 32 O1 17 - Permanent Asphalt Paving Repair
30 1.2 PRICE AND PAYMENT PROCEDURES
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
1. Asphalt Pavement
a. Measurement
1) Measurement for this Item shall be by the square yard of completed and
accepted asphalt pavement in its final position for various:
a) Thicknesses
b) Types
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per
c. The price bid shall include:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
Ciry Project No. 106290
Addendum No. 1
321216-2
ASPHALT PAVING
Page 2 of 25
1 1) Shaping and iine grading the placement area
2 2) Furnishing, loading, unloading, storing, hauling and handling all matcrials
3 including freight and royalty
4 3) Traffic control for all testing
5 4) Asphalt, aggregate, and additive
6 5) Materials and work needed for corrective action
7 6) Trial batches
8 7) Tack coat
9 8) Removal and/or sweeping excess material
10 2. H.M.A.C. Transition
11 a. Measurement
12 1) Measurement for this Item shall be by the ton of composite Hot Mix
13 Asphalt required for H.M.A.C. Transition.
14 b. Payment
15 1) The work performed and materials furnished in accordance with this Item
16 and measured as provided under "Measurement" will be paid for at the unit
17 price bid per ton of Hot Mix Asphalt.
18 c. The price bid sha11 include:
19 1) Shaping and iine grading the roadbed
20 2) Furnishing, loading, unloading, storing, hauling and handling all materials
21 including freight and royalty
22 3) Traffic control for all testing
23 4) Asphalt, aggregate, and additive
24 5) Materials and wark needed for corrective action
25 6) Trial batches
26 7) Tack coat
27 8) Removal and/or sweeping excess material
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
3. Asphalt Base Course
a. Measurement
1) Measurement for this Item shall be by the square yard of Asphalt Base
Course completed and accepted in its final position for:
a) Various thicknesses
b) Various types
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square yard of Asphalt Base Course.
c. The price bid shall include:
1) Shaping and fine grading the roadbed
2) Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
3) Trafiic control for all testing
4) Asphalt, aggregate, and additive
5) Materials and work needed for corrective action
6) Trial batches
7) Tack coat
8) Removal and/or sweeping excess material
4. H.M.A.C. Pavement Level Up
a. Measurement
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
Ciry Project No. 106290
Addendum No. 1
321216-3
ASPHALT PAVING
Page 3 of 25
1
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
45
46
47
48
49
1) Measurement for this Item shall be by the ton of H.M.A.C. completed and
accepted in its final position.
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per ton of H.M.A.C.
c. The price bid shall include:
1) Shaping and fine grading the roadbed
2) Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
3) Traffic control for all testing
4) Asphalt, aggregate, and additive
5) Materials and work needed for corrective action
6) Trial batches
7) Tack coat
8) Removal and/or sweeping excess material
5. H.M.A.C. BASE REPAIR
a. MEASUREMENT
1) MEAUREMENT FOR THIS ITEM SHALL BE BY THE CUBIC YARD
OF COMPLETED AND ACCEPTED H.M.A.C. BASE REPAIR IN ITS
F1NAL POSITION FOR THE VARIOUS THICKNESSES AND ASPHALT
MIX TYPES.
b. PAYMENT
1) THE WORK PERFORMED AND MATERIALS FURNISHED 1N
ACCORDANCE WITH THIS ITEM AND MEASURED AS PROVIDED
UNDER "MEASUREMENT" WILL BE PAID FOR AT THE UNIT PRICE
BID PER CUBIC YARD OF ASPHALT BASE REPAIR.
c. THE PRICE BID SHALL INCLUDE:
1) EXCAVATING, SHAPING, AND FINE GRADING THE REPAIR AREA
2) FURNISHING, LOADING, UNLOADING, STORING, HAULING AND
HANDLING ALL MATERIALS 1NCLUDING FRIGHT AND ROYALITY.
3) MATERIALS AND WORK NEEDED FOR CORRECTIVE ACTION
4) REMOVAL AND/OR SWEEPING EXCESS MATERIALS
6. H.M.A.C. Speed Cushion
a. Measurement
1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion
installed.
b. Payment
1) The worlc performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each H.M.A.C. Speed Cushion installed and accepted in its final
position.
c. The price bid shall include:
1) Shaping and iine grading the roadbed
2) Furnishing, loading, unloading, storing, hauling and handling a11 materials
including freight and royalty
3) Traffic control far all testing
4) Asphalt, aggregate, and additive
5) Materials and wark needed for corrective action
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
321216-4
ASPHALT PAVING
Page 4 of 25
1
2
3
6) Trial batches
7) Tack coat
8) Removal and/or sweeping excess material
4 1.3 REFERENCES
5 A. Abbreviations and Acronyms
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
45
46
1. RAP (reclaimed asphalt pavement)
2. SAC (surface aggregate classification)
3. BRSQC (Bituminous Rated Source Quality Catalog)
4. AQMP (Aggregate Quality Monitoring Program)
5. H.M.A.C. (Hot Mix Asphalt Concrete)
6. WMA (Warm Mix Asphalt)
B. Reference Standards
1.
2.
3.
Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
National Institute of Standards and Technology (NIST)
a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical
Requirements for Weighing and Measuring Devices
ASTM International (ASTM):
a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous
Materials by Ductilometer
4. American Association of State Highway and Transportation Officials
a. MP2 Standard Specification for Superpave Volumetric Mix Design
b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt
(HMA)
c. T 201, Kinematic Viscosity of Asphalts (Bitumens)
d. T 202 Standard Method of Test for Viscosiry of Asphalts by Vacuum Capillary
Viscometer
e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder
Using Rotational Viscometer
£ TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt
Binder Using the Bending Beam Rheometer (BBR)
5. Texas Department of Transportation
a. Bituminous Rated Source Quality Catalog (BRSQC)
b. TEX 100-E, Surveying and Sampling Soils for Highways
c. Tex 106-E, Calculating the Plasticity Index of Soils
d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils
e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates
£ Tex 203-F, Sand Equivalent Test
g. Tex-204-F, Design of Bituminous Mixtures
h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures
i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse
Aggregates
j. Tex-226-F, Indirect Tensile Strength Test
k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures
1. Tex-243-F, Tack Coat Adhesion
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
321216-5
ASPHALT PAVING
Page 5 of 25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
m. Tex-244-F, Thermal profile of Hot Mix Asphalt
n. Tex 280-F, Determination of Flat and Elongated Particles
o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates
(Decantation Test for Concrete Aggregates)
p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete
q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine
r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium
s. Tex 460-A, Determining Crushed Face Particle Count
t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion
u. Sulfate
v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures
w. Tex-540-C, Measurement of Polymcr Separation on Heating in Modified
Asphalt Systems
x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders
y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales
z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters
aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems
18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
19 1.5 ACTION SUBMITTALS [NOT USED]
20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
21 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1.
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
24 1.9 QUALITY ASSURANCE [NOT USED]
25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
26 1.11 FIELD CONDITIONS
27 A. Weather Conditions
28 1. Place mixture when the roadway surface temperature is equal to or higher than the
29 temperatures listed in Table 1.
30 Table 1
31 Minimum Pavement Surface Temperatures
Minimum Pavement Surface Temperatures in
De�rees Fahrenheit
Originally Specified High Subsurface Layers or Surface Layers Placed in
Temperature Binder Night Paving Operations Daylight Operations
Grade
PG64 or lower 45
PG 70 55'
PG 76 or higher 60'
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
50
60'
60'
2026 Asphalt Resurfacing Contract 6
Ciry Project No. 106290
Addendum No. 1
321216-6
ASPHALT PAVING
Page 6 of 25
1 '�Contractors may pave at temperatures 10°F lower than the values shown in Table 1
2 when utilizing a paving process including WMA or equipment that eliminates thermal
3 segregation. In such cases, the contractor must use either a hand held thermal camera
4 or a hand held infrared thermometer operated in accordance with Tex-244-F to
5 demonstrate to the satisfaction of the City that the uncompacted mat has no more than
6 10° F of thermal segregation.
7
8 2. Unless otherwise shown on the Drawings, place mixtures only when weather
9 conditions and moisture conditions of the roadway surface are suitable in the
10 opinion of the City.
ll
12 112 WARRANTY [NOT USED]
13 PART 2 - PRODUCTS
14 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
15 2.2 MATERIALS
16
17
18
19
20
A. General
1. Furnish uncontaminated materials of uniform quality that meet the requirements of
the Drawings and specifications.
2. Notify the City of all material sources.
3. Notify the City before changing any material source or formulation.
21 4. When the Contractor makes a source or formulation change, the City will verify
22 that the requirements of this specification are met and may require a new laboratory
23 mixture design, trial batch, or both.
24 5. The Ciry may sample and test project materials at any time during the project to
25 verify compliance.
26 6. The depth of the compacted lift should be at least 2 times the nominal maximum
27 aggregate size.
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
B. Aggregate
1. General
a. Furnish aggregates from sources that conform to the requirements shown in
Table 1, and as specified in this Section, unless otherwise shown on the
Drawings.
b. Provide aggregate stockpiles that meet the definition in this Section for either
coarse aggregate or fine aggregate.
c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide
RAP stockpiles in accordance with this Section.
d. Aggregate from RAP is not required to meet Table 2 requirements unless
otherwise shown on the Drawings.
e. Supply mechanically crushed gravel or stone aggregates that meet the
definitions in Tex 100 E.
£ Samples must be from materials produced for the project.
g. The Ciry will establish the surface aggregate classification (SAC) and perform
Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
321216-7
ASPHALT PAVING
Page 7 of 25
1
2
3
4
5
6
7
8
9
h. Perform all other aggregate quality tests listed in Table 2.
i. Document all test results on the mixture design report.
j. The City may perform tests on independent or split samples to verify
Contractor test results.
k. Stockpile aggregates for each source and type separately and designate for the
City.
1. Determine aggregate gradations for mixture design and production testing
based on the washed sieve analysis given in Tex 200 F, Part II.
Table 2
A��re�ate Quality Requirements
Property � Test Method � Requirement
Coarse Aggregate
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
SAC AQMP As shown on
Drawings
� Deleterious material, percent, max Tex-217-F, Part I 1.5
� Decantation, percent, max Tex-217-F, Part II 1.5
�Micro-Deval abrasion, percent, max Tex-461-A Note 1
� Los Angeles abrasion, percent, max Tex-410-A 40
�Magnesium sulfate soundness, 5 cycles, percent, max Tex-4ll-A 302
Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part I 853
percent, min
�Flat and elongated particles @ 5:1, percent, max Tex-280-F 10
� Fine Ag�re�ate
�Linear shrinkage, percent, max � Tex-107-E � 3
� Combined A��re ate
� Sand equivalent, percent, min � Tex-203-F � 45
l. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation.
2. Unless otherwise shown on the Drawings.
3. Unless otherwise shown on the Drawings. Only applies to crushed gravel.
m. Coarse Aggregate
1) Coarse aggregate stockpiles must have no more than 20 percent material
passing the No. 8 sieve.
2) Maximum aggregate size should not be over half of the proposed lift depth
to prevent particle on particle contact issues.
3) Provide aggregates from sources listed in the BRSQC.
4) Provide aggregate from unlisted sources only when tested by the City
and/or approved before use.
5) Allow 30 calendar days for the City to sample, test, and report results for
unlisted sources.
6) Class B aggregate meeting all other requirements in Table 2 may be
blended with a Class A aggregate in order to meet requirements for Class A
materials.
7) When blending Class A and B aggregates to meet a C1ass A requirement,
ensure that at least 50 percent by weight of the material retained on the No. 4
sieve comes from the Class A aggregate source.
8) Blend by volume if the bulk specific gravities of the Class A and B
aggregates differ by more than 0.300.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
Ciry Project No. 106290
Addendum No. 1
321216-8
ASPHALT PAVING
Page 8 of 25
1 9) When blending, do not use Class C or D aggregates.
2 10) For blending purposes, coarse aggregate from RAP will be considered as
3 Class B aggregate.
4 11) Provide coarse aggregate with at least the minimum SAC shown on the
5 Drawings.
6 12) SAC requirements apply only to aggregates used on the surface of travel
7 lanes, unless otherwise shown on the Drawings.
8 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement.
9 1) No RAP permitted for TYPE D H.M.A.C.
10 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise
11
12
13
�
14 4) RAP from either Contractor or City, including RAP generated during the
15 project, is permitted only when shown on the Drawings.
16 5) City-owned RAP, if allowed for use, will be available at the location
17 shown on the Drawings.
18 6) When RAP is used, determine asphalt content and gradation for mixture
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
45
46
47
shown on the Drawings.
3) Crush or break RAP so that 100 percent of the particles pass the 2 inch
sieve.
design purposes.
7) Perform other tests on RAP when shown on the Drawings.
8) When RAP is allowed by plan note, use no more than 30 percent RAP in
Type A or B mixtures unless otherwise shown on the Drawings.
9) Do not use RAP contaminated with dirt or other objectionable materials.
10) Do not use the RAP if the decantation value exceeds 5 percent and the
plasticity index is greater than 8.
11) Test the stockpiled RAP for decantation in accordance with the laboratory
method given in Tex-406-A, Part I.
12) Determine the plasticity index using Tex-106-E if the decantation value
exceeds 5 percent.
13) The decantation and plasticiry index requirements do not apply to RAP
samples with asphalt removed by extraction.
14) Do not intermingle Contractor-owned RAP stockpiles with City-owned
RAP stockpiles.
15) Remove unused Contractor-owned RAP material from the project site upon
completion of the proj ect.
16) Return unused City-owned RAP to the designated stockpile location.
Fine Aggregate
1) Fine aggregates consist of manufactured sands, screenings, and field sands.
2) Fine aggregate stockpiles must meet the gradation requirements in Table 3.
3) Supply fine aggregates that are free from organic impurities.
4) The City may test the fine aggregate in accordance with Tex-408-A to
verify the material is free from organic impurities.
5) At most 15 percent of the total aggregate may be field sand or other
uncrushed �ne aggregate.
6) With the exception of field sand, use fine aggregate from coarse aggregate
sources that meet the requirements shown in Table 2, unless otherwise
approved.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
Ciry Project No. 106290
Addendum No. 1
321216-9
ASPHALT PAVING
Page 9 of 25
1
2
3
4
7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the
stockpilc and verify that it meets the requirements in Table 1 for coarse
aggregate angularity (Tex-460-A) and flat and elongated particles
(Tex-280-F).
Table 3
Gradation Requirements for Fine A��re�ate
percent Passing by Weight or
Sieve Size Volume
3/8" 100
#8 70-100
#200 0-30
5
6
7
8
9
10
11
12
13
14
15
2. Mineral Filler
a. Mineral filler consists of finely divided mineral matter such as agricultural
lime, crusher fines, hydrated lime, cement, or fly ash.
b. Mineral filler is allowed unless otherwise shown on the Drawings.
c. Do not use more than 2 percent hydrated lime or cement, unless otherwise
shown on the Drawings. The Drawings may require or disallow specific mineral
fillers. When used, provide mineral filler that:
1) Is sufficiently dry, free-flowing, and free from clumps and foreign matter;
2) Does not exceed 3 percent linear shrinkage when tested in accordance with
Tex-107-E; and meets the gradation requirements in Table 4.
16 Table 4
17 Gradation Requirements for Mineral Filler
percent Passing by Weight or
Sieve Size Volume
� #8 100
I #200 55-100
18
19
20
21
22
23
24
25
26
27
28
3. Baghouse Fines
a. Fines collected by the baghouse or other dust-collecting equipment may be
reintroduced into the mixing drum
4. Asphalt Binder
a. Furnish the type and grade of performance-graded (PG) asphalt binder specified
as follows:
1) Performance-Graded Binders (PG Binders)
a) Must be smooth and homogeneous
b) Show no separation when tested in accordance with Tex-540-C
c) Meet Table 5 requirements
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 20, 2012 Addendum No. 1
RTH gYEC�I����N ���UNIENTS
C1T NDAgp C� S �RZ 1�ION
ST � � ���e�beY �
Re��se
� \2 V6 - �0
ASP�A�� P�� of �5
pa�e 10
ContYact 6
2p26 ASpha,tC �'`p'QAaa� aun�N� �
32 12 16-11
ASPHALT PAVING
Page 11 of 25
Table 5 (continued)
Property and Test Method
PAV agin� temperaturep
Dynamic shear, T 315:
G*Isin(d)> Max, 5000 kPa
Test teibpeLature @ l0 radlsec., °C
oC
C ee stiffness, T 313:5° e
Performance-Graded Bin performance Grade PG 82 ,
PG 70 PG 76
PG 58 PG 64 _ Z -28 � -34 � -�6 � -22 � -28 � -34 -16 � -22 � -28
-28 � -34 � -16 � � �
_� -28 � -34 � -16 � -22 � DUE (R 28)
�2 � �
PRESSURE AGING VESSEL (PAV) RESI 10� � — 2 19 �g 22
� 19 28 25
25 22 19 2$ 25 22
-12 -18 -24
22 19 28 25 2
_ -24 -6 -12 -18 -24 -6 -12 -]8 -24 -6 -12 -]8
-6 -12 18
r p
S, max, 300 MPa, _18 _24 _6 _IZ -18
m-value, min, 0300 �g _�4 _� _12 _18 _24 _6 -12
Test temperature (a� 60 sec., °e _�� _1$ _24 _6 -12
Direct tension, T 314:6
Failure strain, mii�, 1.0 percent following the prpcedures
p1%rillri., oC rovided by the Depar�ment, �T bY
Test temperature L 1.0 m
ariment-supp>i� compnter program, may be p p p p licable
1. Pavement temperatures are estimated fro�n air temp
eratures using an alg�Yithrn contained in a Dep um � �l��xed, and com acted at tem eratures that meet all a p ���a
'ned in AASHTO MP 2 and PP 2g� artmenYs discretion if the supplier warrants that the asphaltbinder can be adequately p p
measur�ement may be used, including caP
outh action temperatures. Additionally,
This �equ�re�nent may be waived at the Dep
2.
t re uirements. At test temperatures wher� the binder is a Newtonian fluid, any suitable standard means of viscos� �d ��mp
saf�ry, ett�'�ronmental, and c�nstructab�li Y T q16). action operaiions. Contraetora are therefore responsible or
O 1 or T 202) or rotational viscametry � and compaction temperatures that can be expected in the lab and field. High valu�s may indicaCe high m�in8
Cr �
3. Viacosity at 135°C is an indicator of mixing
T 316
. . �01 or T 202) or rotati�nal viscomehy ( )•
= inal as halt binder may be substituted fQr dynamic shear measurements of G*/sin(d) at test
can occur from batch to batch. Contraatols should be aware that var ation �uld significantly impact their mixmg an
slgnificant variation illa T -
an constructabiliry issues that may arise.
addressing Y measurement may be used, mcluding cap Y'Y
5uitable standard means of viscosiry
4. For quality conhol of unmodified asphalt binder production, measurement of the viscosrty o t�e oug
m eratures where the asphalt is Newton�an fluid. AnY ,
te p
SHTO TP 1-93, are acceptable for use. is betwaen 300 and 600 MPa, the ditect tension failure st�ain requirement can be used in�tead of the cxeep sti ess
5. Silicone beam molds, as described in A
6. lf creep stiffnes� 'valu�e requ� ment must be sati fied in both casesea. lf creep stiffness
requirement. The
CITY OF FORT WORTH
STANDARD C�NSTRUCTION SPECIFICATION DOCUMENT
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City ProJeciNa 106290
Addendum No. 1
32 12 16-12
ASPHALT PAVING
Page 12 of 25
1
2
3
4
5
6
7
8
9
10
ll
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
45
46
47
48
49
b. Separation testing is not required i£
1) A modifier is introduced separately at the mix plant either by injection in
the asphalt line or mixer,
2) The binder is blended on site in continuously agitated tanks, or binder
acceptance is based on field samples taken from an in-line sampling port at
the hot mix plant after the addition of modifiers.
5. Tack Coat
a. Unless otherwise shown on the Drawings or approved, furnish CSS-1H, SS-1H,
or a PG binder with a minimum high-temperature grade of PG 58 for tack coat
binder in accordance with Section 2.2.A.5.
6. Additives
a. General
1) When shown on the Drawings, use the type and rate of additive specified.
2) Other additives that facilitate mixing or improve the quality of the mixture
may be allowed when approved.
b. Liquid Antistripping Agent
1) Furnish and incorporate all required asphalt antistripping agents in asphalt
concrete paving mixtures and asphalt-stabilized base mixtures to meet
moisture resistance testing requirements.
2) Provide a liquid antistripping agent that is uniform and shows no evidence
of crystallization, settling, or separation.
3) Ensure that all liquid antistripping agents arrive in:
a) Properly labeled and unopened containers, as shipped from the manufacturer, or
b) Sealed tank trucks with an invoice to show contents and quantities
c) Provide product information to the City including:
(1) Material safety data sheet
(2) Specific gravity of the agent at the manufacturer's recommended
addition temperature,
(3) Manufacturer's recommended dosage range, and
(4) Handling and storage instructions
4) Addition of lime or a liquid antistripping agent at the Mix Plant,
incorporate into the binder as follows:
a) Handle in accordance with the manufacturer's recommendations.
b) Add at the manufacturer's recommended addition temperature.
c) Add into the asphalt line by means of an in-line-metering device.
c. Liquid Asphalt Additive Meters
1) Provide a means to check the accuracy of ineter output for asphalt primer,
fluxing material, and liquid additives.
2) Furnish a meter that reads in increments of 0.1 gal. or less.
3) Verify accuracy of the meter in accordance with Tex-923-K.
4) Ensure the accuracy of the meter within 5.0 percent.
7. Mixes
a. Design Requirements
1) Unless otherwise shown on the Drawings, use the typical weight design
example given in Tex-204-F, Part I, to design a mixture meeting the
requirements listed in Tables 2 through 8.
2) Furnish the City with representative samples of all materials used in the
mixture design.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 13
ASPHALT PAVING
Page 13 of 25
1
2
3
3) The City will verify the mixture design.
4) If the design cannot be veri�ed by the Ciry, furnish another mixture design.
Table 6
Master Gradation Bands ( percent Passing by Weight or Volume)
and Volumetric Properties
Sieve B C D
Size Fine Coarse Fine
Base Surface Surface
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
�1�
1-1/2"
1"
3/4"
1/2"
3/8"
#4
#8
#30
#50
#200
98.0-100.0 —
84.0-98.0 95.0-100.0
60.0-80.0 70.0-85.0
40.0-60.0 43.0-63.0
29.0-43.0 32.0-44.0
13.0-28.0 14.0-28.0
6.0-20.0 7.0-21.0
2.0-7.0 2.0-7.0
Desi�n VMA', percent Minimum
13.0 � 14.0
Plant-Produced VMA, percent Minimum
98.0-100.0
85.0-100.0
50.0-70.0
35.0-46.0
15.0-29.0
7.0-20.0
2.0-7.0
15.0
— � 12.0 � 13.0
1. Voids in Mineral Aggregates.
14.0
Table 7
Laboratory Mixture Desi�n Properties
Property Test Requirement
Method
Target laboratory-molded density, percent Tex-207-F 96.0'
Tensile strength (dry), psi (molded to 93
percent �1 percent density) Tex-226-F 85-200�
Boil test3 Tex-530-C —
1. Unless otherwise shown on the Drawings.
2. May exceed 200 psi when approved and may be waived when approved.
3. Used to establish baseline for comparison to production results. May be waived when
approved.
8. Warm Mix Asphalt (WMA)
a. WMA is defined as additives or processes that allow a reduction in the
temperature at which asphalt mixtures are produced and placed.
b. WMA is allowed for use at the Contractor's option unless otherwise shown on
the Drawings.
c. Produce an asphalt mixture within the temperature range of 215 degrees F and
275 degrees F.
d. When WMA is not required by Drawings, produce an asphalt mixture within
the temperature range of 215 degrees F and 275 degrees F.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 14
ASPHALT PAVING
Page 14 of 25
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PREPARATION
7 A. Hauling Operations
8 1. Before use, clean all truck beds to ensure mixture is not contaminated.
9 2. When a release agent is necessary to coat truck beds, use a release agent approved
10 by the City.
11 3. Petroleum based products, such as diesel fuel, should not be used.
12 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or
13 cover the truck bed with tarpaulin.
14 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover
15 the truck bed with tarpaulin.
16 3.4 INSTALLATION
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A. Equipment
1. General
a. Provide required or necessary equipment to produce, haul, place, compact, and
core asphalt concrete pavement.
b. Ensure weighing and measuring equipment complies with specification.
c. Synchronize equipment to produce a mixture meeting the required proportions.
2. Production Equipment
a. Provide:
1) Drum-mix type, weigh-batch, or modified weigh-batch mixing plants that
ensure a uniform, continuous production
2) Automatic proportioning and measuring devices with interlock cut-off
circuits that stop operations if the control system malfunctions
3) Visible readouts indicating the weight or volume of asphalt and aggregate
proportions
4) Safe and accurate means to take required samples by inspection forces
5) Permanent means to check the output of inetering devices and to perform
calibration and weight checks
6) Additive-feed systems to ensure a uniform, continuous material flow in the
desired proportion
3. Weighing and Measuring Equipment
a. General
1) Provide weighing and measuring equipment for materials measured or
proportioned by weight or volume.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 20, 2012 Addendum No. 1
32 12 16 - 15
ASPHALT PAVING
Page IS of25
1
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
45
46
47
48
49
2) Provide certified scales, scale installations, and measuring equipment
meeting the requirements of NIST Handbook 44, except that the required
accuracy must be 0.4 percent of the material being weighed or measured.
3) Furnish leak-free weighing containers large enough to hold a complete
batch of the material being measured.
b. Truck Scales
1) Furnish platform truck scales capable of weighing the entire truck or truck—
trailer combination in a single draft.
c. Aggregate Batching Scales
1) Equip scales used for weighing aggregate with a quick adjustment at zero
that provides far any change in tare.
2) Provide a visual means that indicates the required weight for each
aggregate.
d. Suspended Hopper
1) Provide a means for the addition or the removal of small amounts of
material to adjust the quantity to the exact weight per batch.
2) Ensure the scale equipment is level.
e. Belt Scales
1) Use belt scales for proportioning aggregate that are accurate to within 1.0
percent based on the average of 3 test runs, where no individual test run
exceeds 2.0 percent when checked in accordance with Tex-920-K.
£ Asphalt Material Meter
1) Provide an asphalt material meter with an automatic digital display of the
volume or weight of asphalt material.
2) Verify the accuracy of the meter in accordance with Tex-921-K.
3) When using the asphalt meter for payment purposes, ensure the accuracy of
the meter is within 0.4 percent.
4) When used to measure component materials only and not for payment,
ensure the accuracy of the meter is within 1.0 percent.
g. Liquid Asphalt Additive Meters
1) Provide a means to check the accuracy of ineter output for asphalt primer,
fluxing material, and liquid additives.
2) Furnish a meter that reads in increments of 01 gallon or less.
3) Verify accuracy of the meter in accordance with Tex-923-K.
4) Ensure the accuracy of the meter within 5.0 percent.
4. Drum-Mix Plants. Provide a mixing plant that complies with the requirements
below.
a. Aggregate Feed System
1) Provide:
a) A minimum of 1 cold aggregate bin for each stockpile of individual materials
used to produce the mix
b) Bins designed to prevent overflow of material
c) Scalping screens or other approved methods to remove any oversized material,
roots, or other objectionable materials
d) A feed system to ensure a uniform, continuous material flow in the desired
proportion to the dryer
e) An integrated means far moisture compensation
� Belt scales, weigh box, or other approved devices to measure the weight of the
combined aggregate
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16-16
ASPHALT PAVING
Page 16 of 25
1
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
45
46
47
48
49
g) Cold aggregate bin flow indicators that automatically signal interrupted material
flow
b. Reclaimed Asphalt Pavement (RAP) Feed System
1) Provide a separate system to weigh and feed RAP into the hot mix plant.
c. Mineral Filler Feed System
1) Provide a closed system for mineral filler that maintains a constant supply
with minimal loss of material through the exhaust system.
2) Interlock the measuring device into the automatic plant controls to
automatically adjust the supply of mineral filler to plant production and
provide a consistent percentage to the mixture.
d. Heating, Drying, and Mixing Systems
1) Provide:
a) A dryer or mixing system to agitate the aggregate during heating
b) A heating system that controls the temperature during production to prevent
aggregate and asphalt binder damage
c) A heating system that completely burns fuel and leaves no residue
d) A recording thermometer that continuously measures and records the mixture
discharge temperature
e) Dust collection system to collect excess dust escaping from the drum.
e. Asphalt Binder Equipment
1) Supply equipment to heat binder to the required temperature.
2) Equip the heating apparatus with a continuously recording thermometer
located at the highest temperature point.
3) Produce a 24 hour chart of the recorded temperature.
4) Place a device with automatic temperature compensation that accurately
meters the binder in the line leading to the mixer.
5) Furnish a sampling port on the line between the storage tank and mixer.
Supply an additional sampling port between any additive blending device and
mixer.
£ Mixture Storage and Discharge
1) Provide a surge-storage system to minimizc interruptions during operations
unless otherwise approved.
2) Furnish a gob hopper or other device to minimize segregation in the bin.
3) Provide an automated system that weighs the mixture upon discharge and
produces a ticket showing:
a) Date
b) Project identification number
c) Plant identification
d) Mix identification
e) Vehicle identification
f) Total weight of the load
g) Tare weight of the vehicle
h) Weight of miXture in each load
i) Load number or sequential ticket number for the day
g. Truck Scales
1) Provide standard platform scales at an approved location.
5. Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4
"Drum-Mix Plants," except as required below:
a. Screening and Proportioning
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 17
ASPHALT PAVING
Page 17 of 25
1
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
45
46
47
48
49
1) Provide enough hot bins to separate the aggregate and to control
proportioning of the mixture type speci�ed.
a) Supply bins that discard excessive and oversized material through overflow
chutes.
b) Provide safe access for inspectors to obtain samples from the hot bins.
b. Aggregate Weigh Box and Batching Scales
1) Provide a weigh box and batching scales to hold and weigh a complete
batch of aggregate.
2) Provide an automatic proportioning system with low bin indicators that
automatically stop when material level in any bin is not sufficient to complete
the batch.
c. Asphalt Binder Measuring System
1) Provide bucket and scales of sufficient capacity to hold and weigh binder
for 1 batch.
d. Mixer
1) Equipment mixers with an adjustable automatic timer that controls the dry
and wet mixing period and locks the discharge doors for the required mixing
period
2) Furnish a pug mill with a mixing chamber large enough to prevent spillage.
6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section
2.2.B.5. "Weigh-Batch Plants," except as specifically described below.
a. Aggregate Feeds
1) Aggregate control is required at the cold feeds. Hot bin screens are not
required.
b. Surge Bins
1) Provide 1 ar more bins large enough to produce 1 complete batch of
mixture.
c. Hauling Equipment
1) Provide trucks with enclosed sides to prevent asphalt mixture loss.
2) Cover each load of mixture with waterproof tarpaulins.
3) Before use, clean all truck beds to ensure the mixture is not contaminated.
4) When necessary, coat the inside truck beds with an approved release agent
from the City.
d. Placement and Compaction Equipment
1) Provide equipment that does not damage underlying pavement.
2) Comply with laws and regulations concerning overweight vehicles.
3) When permitted, other equipment that will consistently produce satisfactory
results may be used.
7. Asphalt Paver
a. General
1) Furnish a paver that will produce a finished surface that meets longitudinal
and transverse profile, typical section, and placement requirements.
2) Ensure the paver does not support the weight of any portion of hauling
equipment other than the connecrion.
3) Provide loading equipment that does not transmit vibrations or other
motions to the paver that adversely affect the finished pavement quality.
4) Equip the paver with an automatic, dual, longitudinal-grade control system
and an automatic, transverse-grade control system.
b. Tractor Unit
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 18
ASPHALT PAVING
Page 18 of 25
1
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
1) Supply a tractor unit that can push or propel vehicles, dumping directly into
the �nishing machine to obtain the desired lines and grades to eliminate any
hand finishing.
2) Equip the unit with a hitch sufficient to maintain contact between the
hauling equipment's rear wheels and the finishing machine's pusher rollers
while mixture is unloaded.
c. Screed
1) Provide a heated compacting screed that wi11 produce a finished surface
that meets longitudinal and transverse profile, typical section, and placement
requirements.
2) Screed extensions must provide the same compacting action and heating as
the main unit unlcss othcrwise approved.
d. Grade Reference
1) Provide a grade reference with enough support that the maximum
deflection does not exceed 1/16 inch between supports.
2) Ensure that the longitudinal controls can operate from any longitudinal
grade reference including a string line, ski, mobile string line, or matching
shoes.
3) Furnish paver skis or mobile string line at least 40 feet long unless
otherwise approved.
8. Material Transfer Devices
a. Provide the specified type of device when shown on the Drawings.
b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt
paver.
c. When used, provide windrow pick-up equipment constructed to pick up
substantially all roadway mixture placed in the windrow.
27 9. Remixing Equipment
28 a. When required, provide equipment that includes a pug mill, variable pitch
29 augers, or variable diameter augers operating under a storage unit with a
30 minimum capacity of 8 tons.
31 10. Motor Grader
32 a. When allowed, provide a self-propelled grader with a blade length of at least 12
33 feet and a wheelbase of at least 16 fect.
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
11. Handheld Infrared Thermometer
a. Provide a handheld infrared thermometer meeting the requirements of
Tex-244-F.
12. Rollers
a. The Contractor may use any type of roller to meet the production rates and
quality requirements of the Contract unless otherwise shown on the Drawings or
directed.
b. When specific types of equipment are required, use equipment that meets the
specified requirements.
c. Alternate Equipment
1) Instead of the specified equipment, the Contractor may, as approved,
operate other compaction equipment that produces equivalent results.
2) Discontinue the use of the alternate equipment and furnish the specified
equipment if the desired results are not achieved.
d. City may require Contractor to substitute equipment if production rate and
quality requirements of the Contract are not met.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16-19
ASPHALT PAVING
Page 19 of 25
1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as
2 required or approved.
3 14. Distributor vehicles
4 a. Furnish vehicle that can achieve a uniform tack coat placement.
5 b. The nozzle patterns, spray bar height and distribution pressure must work
6 together to produce uniform application.
7 c. The vehicle should be set to provide a"double lap" or "triple lap" coverage.
8 d. Nozzle spray patterns should be identical to one another along the distributor
9 spray bar.
10 e. Spray bar height should remain constant.
11 f. Pressure within the distributor must be capable of forcing the tack coat material
12 out of spray nozzles at a constant rate.
13
14
15
16
15. Coring Equipment
a. When coring is required, provide equipment suitable to obtain a pavement
specimen meeting the dimensions for testing.
B. Construction
17 1. Design, produce, store, transport, place, and compact the specified paving mixture
18 in accordance with the requirements of this Section.
19 2. Unless otherwise shown on the Drawings, provide the mix design.
20 3. The City will perform quality assurance (QA) testing.
21 4. Provide quality control (QC) testing as needed to meet the requirements of this
22 Section.
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
C. Production Operations
1
2.
General
a. The Ciry may suspend production for noncompliance with this Section.
b. Take corrective action and obtain approval to proceed after any production
suspension for noncompliance.
Operational Tolerances
a. Stop production if testing indicates tolerances are exceeded on any of the
following:
1) 3 consecutive tests on any individual sieve
2) 4 consecutive tests on any of the sieves
3) 2 consecutive tests on asphalt content
b. Begin production only when test results or other information indicate, to the
satisfaction of the City, that the next mixture produced will be within Table 9
tolerances.
3. Storage and Heating of Materials
a. Do not heat the asphalt binder above the temperatures specified in Section
2.2.A. or outside the manufacturer's recommended values.
b. On a daily basis, provide the City with the records of asphalt binder and hot-
mix asphalt discharge temperatures in accordance with Table 10.
c. Unless otherwise approved, do not store mixture for a period long enough to
affect the quality of the mixture, nor in any case longer than 12 hours.
4. Mixing and Discharge of Materials
a. Notify the City of the target discharge temperature and produce the mixture
within 25 degrees F of the target.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 20
ASPHALT PAVING
Page 20 of 25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
b. Monitor the temperature of the material in the truck before shipping to ensure
that it does not exceed 350 degrees F. The City will not pay for or allow
placement of any mixture produced at more than 350 degrees F.
c. Control the mixing time and temperature so that substantially all moisture is
removed from the mixture before discharging from the plant.
D. Placement Operations
1. Place the mixture to meet the typical section requirements and produce a smooth,
finished surface or base course with a uniform appearance and texture.
2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches.
3. Place mixture so longitudinal joints on the surface course coincide with lane lines,
or as directed. Ensure that all finished surfaces will drain properly.
4. When End Dump Trucks are used, ensure the bed does not contact the paver when
raised.
5. Placement can be performed by hand in situations where the paver cannot place it
adequately due to space restrictions.
6. Hand-placing should be minimized to prevent aggregate segregation and surface
texture issues.
7. All hand placement shall be checked with a straightedge or template before rolling
to ensure uniformity.
8. Place mixture within the compacted lift thickness shown in Table 9, unless
otherwise shown on the Drawings or otherwise directed.
22 Table 9
23 Compacted Lift Thickness and Required Core Hei�ht
Compacted Lift Thickness
Mixture Type Minimum Maximum
(in.) (in.)
� B 2.00 3.00
� C 2.00 2.50
� D 1.50 2.00
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
9. Tack Coat
a. Clean the surface before placing the tack coat. Unless otherwise approved,
apply tack coat uniformly at the rate directed by the City.
b. The Ciry wi11 set the rate between 0.04 and 0.10 gallons of residual asphalt per
square yard of surface area.
c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and
all joints.
d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal
beam guard fence and structures.
e. Roll the tack coat with a pneumatic-tire roller when directed.
£ The Ciry may use Tex-243-F to verify that the tack coat has adequate adhesive
properties.
g. The City may suspend paving operations until there is adequate adhesion.
h. The tack coat should be placed with enough time to break or set before
applying hot mix asphalt layers.
i. Traf�c should not be allowed on tack coats.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 21
ASPHALT PAVING
Page 21 of 25
1 j. When a tacked road surface must be opened to traffic, they should be covered
2 with sand to provide friction and prevent pick-up.
3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard.
4 10. General placement requirements
5 a. Material should be delivered to maintain a relatively constant head of material
6 in front of the screed.
7 b. The hopper should never be allowed to empty during paving.
8 c. Dumping wings between trucks not allowed. Dispose of at end of days
9 production.
10
ll
12
13
14
15
E. Lay-Down Operation
1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture
placement temperatures.
2. Windrow Operations. When hot mix is placed in windrows, operate windrow
pickup equipment so that substantially all the mixture deposited on the roadbed is
picked up and loaded into the paver.
16 Table 10
17 Su�gested Minimum Mixture Placement Temperature
High-Temperature Minimum Placement
Binder Grade Temperature
(Before Entering Paver)
� PG 64 or lower 260°F I
� PG 70 270°F I
� PG 76 280°F I
� PG 82 or higher 290°F I
18 F. Compaction
19 1. Use air void control unless ordinary compaction control is specified on the
20 Drawings.
21 2. Avoid displacement of the mixture. If displacement occurs, correct to the
22 satisfaction of the City.
23
24
25
26
3. Ensure pavement is fully compacted before allowing rollers to stand on the
pavement.
4. Unless otherwise directed, use only water or an approved release agent on rollers,
tamps, and other compaction equipment.
27 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture.
28 6. Unless otherwise directed, operate vibratory rollers in static mode when not
29 compacting, when changing directions, or when the plan depth of the pavement mat
30 is less than 1-1/2 inches.
31 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers,
32 and similar structures and in locations that will not allow thorough compaction with
33 the rollers.
34
35
36
37
8. The City may require rolling with a trench roller on widened areas, in trenches, and
in other limited areas.
9. Allow the compacted pavement to cool to 160 degrees F ar lower befare opening to
traffic unless otherwise directed.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 20, 2012 Addendum No. 1
32 12 16 - 22
ASPHALT PAVING
Page 22 of 25
1
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
45
46
47
10. When directed, sprinkle the finished mat with water or limewater to expedite
opening the roadway to traffic.
11. Air Void Control
a. General
1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9
percent in-place air voids.
2) Do not increase the asphalt content of the mixture to reduce pavement air
voids.
b. Rollers
1) Furnish the type, size, and number of rollers required for compaction, as
approved.
2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on
the Drawings.
3) Use additional rollers as required to remove any roller marks.
c. Air Void Determination
1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at
each location selected by the City for in-place air void determination.
2) The City will measure air voids in accordance with Tex-207-F and
Tex-227-F.
3) Before drying to a constant weight, cores may be predried using a Corelok
or similar vacuum device to remove excess moisture.
4) The City will use the average air void content of the 2 cores to calculate the
in-place air voids at the selected location.
d. Air Voids Out of Range
1) If the in-place air void content in the compacted mixture is below 5 percent
or greater than 9 percent, change the production and placement operations to
bring the in-place air void content within requirements.
e. Test Section
1) Construct a test section of 1 lane-width and at most 0.2 miles in length to
demonstrate that compaction to between 5 percent and 9 percent in-place air
voids can be obtained.
2) Continue this procedure until a test section with 5 percent to 9 percent in-
place air voids can be produced.
3) The City will allow only 2 test sections per day.
4) When a test section producing satisfactory in-place air void content is
placed, resume fu11 production.
12. Ordinary Compaction Control
a. Furnish the type, size, and number of rollers required for compaction, as
approved. Fumish at least 1 medium pneumatic-tire roller (minimum 12-ton
weight).
b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling
patterns that achieve maximum compaction.
c. Follow the selected rolling pattern unless changes that affect compaction occur
in the mixture or placement conditions.
d. When such changes occur, establish a new rolling pattern.
e. Compact the pavement to meet the requirements of the Drawings and
specifications.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 23
ASPHALT PAVING
Page 23 of 25
1
2
3
4
5
6
7
8
f.
g•
h.
When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling
the joint with the adjacent pavement and then continue by rolling longitudinally
at the sides.
Proceed toward the center of the pavement, overlapping on successive trips by
at least 1 ft., unless otherwise directed.
Make alternate trips of the roller slightly different in length.
On superelevated curves, begin rolling at the low side and progress toward the
high side unless otherwise directed.
9
10
11
12
13
14
15
G. Irregularities
1. Identify and correct irregularities including, but not limited to segregation, rutting,
raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller
marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate
particles.
2. The City may also identify irregularities, and in such cases, the City shall promptly
notify the Contractor.
16 3. If the City determines that the irregularity will adversely affect pavement
17 performance, the Ciry may require the Contractor to remove and replace (at the
18 Contractor's expense) areas of the pavement that contain the irregularities and areas
19 where the mixture does not bond to the existing pavement.
20 4. If irregularities are detected, the City may require the Contractor to immediately
21 suspend operations or may allow the Contractor to continue operations for no more
22 than 1 day while the Contractor is taking appropriate corrective action.
23 5. The City may suspend production or placement operations until the problem is
24 corrected.
25 6. At the expense of the Contractor and to the satisfaction of the City, remove and
26 replace any mixture that does not bond to the existing pavement or that has other
27 surface irregularities identified above.
28 3.5 REPAIR
29 A. See Section 32 O1 17.
30 3.6 QUALITY CONTROL
31
32
33
34
35
36
37
38
39
40
41
42
43
A. Production Testing
1. Perform production tests to verify asphalt paving meets the performance standard
required in the Drawings and specifications.
2. Ciry to measure densiry of asphalt paving with nuclear gauge.
3. Ciry to core asphalt paving from the normal thickness of section once acceptable
density achieved. City identifies location of cores.
a. Minimum core diameter: 4 inches
b. Minimum spacing: 200 feet
c. Minimum of 1 core every block
d. Alternate lanes between core
4. City to use cores to determine pavement thickness and calculate theoretical density.
a. City to perform theoretical density test a minimum of 1 per day per street.
B. Density Tcst
44 1. The average measured density of asphalt paving must meet specified density.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 20, 2012 Addendum No. 1
32 12 16-24
ASPHALT PAVING
Page 24 of 25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
2. Average of ineasurements per street not meeting the minimum specified strength
shall be subject to the money penalties or removal and replacement at the
Contractor's expense as show in Table 11.
Table 11
Density Payment Schedule
Percent Rice Percent of Contract Price Allowed
89 and lower remove and replace at the entire cost and expense of Contractar as
directed by City.
90 75-percent
91-93 100-percent
94 90-percent
95 75-percent
Over 95 remove and replace at the entire cost and expense of Contractor as
directed by Ciry.
3. The amount of penalty shall be deducted from payment due to Contractor.
4. These requirements are in addition to the requirements of Article 1.2.
C. Pavement Thickness Test
1. City measure each core thickness by averaging at least 3 measurements.
2. The number of tests and location shall be at the discretion of the City, unless
otherwise specified in thc special provisions or on the Drawings.
3. In the event a deficiency in the thickness of pavement is revealed during production
testing, subsequent tests necessary to isolate the dcficiency shall be at the
Contractor's expense.
4. The cost for additional coring test shall be at the same rate charged by commercial
laboratories.
5. Where the average thickness of pavement in the area found to be deficient, payment
shall be made at an adjusted price as speciiied in Table 12.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
Addendum No. 1
32 12 16 - 25
ASPHALT PAVING
Page 25 of 25
1 Table 12
2 Thickness Deficiency Penalties
Deficiency in Thickness Proportional Part
Determined by Cores Of Contract Price
Greater Than 0 percent - Not More than 10 percent 90 percent
Greater Than 10 percent - Not More than 15 percent 80 percent
remove and replace at
Greater Than 15 percent the enrire cost and
expense of Contractor
as directed by Ciry.
3
4
5
6
7
8
9
10
ll
12
13
14
15
16
17
18
19
6. If, in the judgment of the City, the area of such deficiency warrants removal, the
area shall be removed and replaced, at the Contractar's entire expense, with asphalt
paving of the thickness shown on the Drawings.
7. No additional payment over the contract unit price shall be made for any pavement
of a thickness exceeding that required by the Drawings.
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
DATE NAME
12/20/2012 D. Johnson
Revision Log
SUMMARY OF CHANGE
1.2.A — Modified items to be included in price bid
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 20, 2012 Addendum No. 1
00 11 13
1NVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2026 Asphalt Resurfacing Contract 6(CPN106290)
will be received by the City of Fort Worth via the Procurement Portal
https://fortworthtexas.bon�rehub.com/portal/?tab=openOpportunities, under the
respective Project unti12:00 P.M. CST, Thursday, DECEMBER 4, 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 uploadcd, finalized and submitted priar to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonf"ire's help forum at https://vendorsupport.gobonfue.com/hc/en-
us
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised 2/08/24
0011 13
1NVITATION TO BIDDERS
Page 2 of 3
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [V1DE0] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
800 TN CEMLIMETM
13,000 SY 2" Surface Milling
13,000 SY 2" Asphalt Pavement Superpave SP-D
50,200 SY 11" Pulverization
50,200 SY 3" 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://fortworthtexas.bonfirehub.com/bortal/?tab=openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab—openOpportunities, under the respective
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: November 18, 2025
TIME: 10:00 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 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised 2/08/24
0011 13
1NVITATION TO BIDDERS
Page 3 of 3
E�wE��
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
November 5, 2025
November 12, 2025
END OF SECTION
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in
Section 00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural
thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation
acting directly through a duly authorized representative, submitting a bid for
performing the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting
a bid for performing the work contemplated under the Contract Documents
whose principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom
City (on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for
the purpose of obtaining Bids for the Work and do not authorize or confer a license
or grant for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the
work types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT.
Firms seeking pre-qualification, must submit the documentation identified in Section
00 45 ll on Section 00 45 13 PREQUALIFICATION APPLICATION at least
seven (7) calendar days prior to Bid opening for review and, if qualified,
acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified
for the appropriate work types. Subcontractors must follow the same timelines as
Bidders for obtaining prequalification review. Bidders or Subcontractors who are not
prequalified at the time bids are opened and reviewed may cause the bid to be
rejected.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
Prequalification requirement wark types and documentation are available by accessing all
required files through the City's website at:
https://www. fortworthtcxas. gov/dcpartmcnts/tpw/dcvclopmcnt/cfw-departments-tpw-
contractors under Division 00 - General Conditions and as follows:
3.1.1. Paving — Requirements document located at:
https://app-us3.e-
builder.net/public/publicLandin�.aspx?OS=4d00804b 133b408a85a69323548dda25
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
https://app-us3.e-
buildcr.nct/public/publicLandin�.aspx?QS=c43c4239775f4b2583552c029c6a1 cd2
3.1.3. Water and Sanitary Sewer — Requirements document located at:
https://app-us3.c-
builder.net/bublic/publicLandin�.asnx?QS-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 rescrves 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, infortnation 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 Ciry Council. Failure to submit the additional
information, if requested, may be grounds for rejecting the apparent low bidder as
non-responsive. Affected contractors will be notified in writing of a
recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be
required within various sections of the Contract Documents.
3.5. OMITTED
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.1. Shall examine and carefully study the Contract Documents and other related
data identified in the Bidding Documents (including "technical data" referred to
in Paragraph 4.2. below). No information given by City or any representative of
the City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the
general, local and site conditions that may affect cost, progress, performance or
furnishing of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect
cost, progress, performance or furnishing of the Work.
4.1.4. OMITTED
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at
or contiguous to the Site and all drawings of physical conditions relating to
existing surface or subsurface structures at the Site (except Underground
Facilities) that have been identified in the Contract Documents as containing
reliable "technical data" and (ii) reports and drawings of Hazardous
Environmental Conditions, if any, at the Site that have been identi�ed 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 offrcially 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, investigarions, 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 fu11 and complete
information upon which the proposal is to be based. It is understood that the
submission of a proposal or bid is prima-facie evidence that the Bidder has
made the investigations, examinations and tests herein required.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies
in or between the Contract Documents and such other related documents. The
Contractor shall not take advantage of any gross error or omission in the
Contract Documents, and the City shall be permitted to make such corrections
or interpretations as may be deemed necessary for fulfillment of the intent of
the Contract Documents.
41.10. Indicate their intent to bid by selecting "yes" in the Procurement
Portal under the Intent to Bid section. You must indicate your intent to bid
to be able to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for
identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or
contiguous to the site which have been utilized by City in preparation of the
Contract Documents. The logs of Soil Borings, if any, on the plans are for
general information only. Neither the City nor the Engineer guarantee that the
data shown is representative of conditions which actually exist.
42.2. 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 identi�ed 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
interpretarions by City as described in Paragraph 6., and (iv) that the Contract
Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performing and furnishing the Work.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,
Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive
Material covered by Paragraph 4.06. of the General Conditions, unless speci�cally
identified in the Contract Documents.
5. Availability of Lands for Work, Etc.
5. L 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 perfortning the
Work are identified in the Contract Documents. A11 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.
53. The Bidder shall be prepared to commence construction without all executed right-
of-way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be
directed to City electrically through the Vendor Discussions section under the
respective Project via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or
before 2 p.m., the MONDAY, 10 days prior to the Bid opening. Questions received
after this day may not be responded to. Interpretations or clarifications considered
necessary by City in response to such questions will be issued by Addenda. Only
questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable
by City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub. com/nortal/?tab=openOpportunities
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
6.4. A prebid conference may be held at the time and place indicated in the
Advertisement or INVITATION TO BIDDERS. Representatives of City will be
present to discuss the Project. Bidders are encouraged to attend and participate in
the conference. City will transmit to all prospective Bidders of record such Addenda
as City considers necessary in response to questions arising at the conference. Oral
statements may not be relied upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the
Notice of Award have been satisfied. If the Successful Bidder fails to execute and
return the Contract Documents within 14 days after the Notice of Award conveying
same, City may consider Bidder to be in default, rescind the Notice of Award and
act on the Bid Bond. Such action shall be City's exclusive remedy in the event
Bidder is deemed to have defaulted.
8. Contract Times
The number of days within which, ar 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 Ciry, application for such acceptance will not be considered by Ciry until
after the Effecrive Date of the Agreement. The procedure for submission of any such
application by Contractor and consideration by City is set forth in Paragraphs 6.OSA.,
6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of
the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Small Business Ordinance No. 27832-08-25, the
City has established a goal for the participation of small businesses for City
contracts $100,000 or greater. See Section 00 45 41 for the Project Goal and
additional requirements. Failure to comply may render the Bidder non-
responsive.
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other
person or organization against whom Contractor or City has reasonable objection.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authoriry to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6.
12.7.
12.8.
12.9.
Bids by individuals shall show the Bidder's name and official address.
Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
All names shall be typed or printed in ink below the signature.
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid
Form, provided with the Bidding Documents, prior to the time indicated in the
Advertisement or INVITATION TO BIDDERS.
14. Withdrawal of Bids
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtcxas.bonfirchub.com/portal/?tab=opcnOpportunitics.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids
and majar 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. L 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 iigures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and �gures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
Ciry 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, Ciry 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 iinancial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City CounciL The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106290
Revised/Updated September 1, 2025
003513
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)
https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf
❑
�
❑
❑
�
❑
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
BIDDER: Texas Materials Group, Inc.
420 Decker Dr, Ste 200
Irving, Texas 75062
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025
gy: Ronald D Stinson, Jr
Signature: � '�-/ � "�
Title: VP Project Developm�ht
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
00 41 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 6
City Project No.: 106290
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 6
Revised 9/19/2025 City Project No. 106290
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
b. -
c. -
d. -
e. -
f. -
g. -
h. -
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
2. CR'/�� �bYl:'�{
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 6
Revised 9/19/2025 City Project No. 106290
00 41 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Total Bid
Total Bid
$4,089,561.00
7. Bid Submittal
This Bid is submitted on December 04, 2�25
Respectfully submitted,
By: � J .
(Signature)
by the entity named below.
Receipt is acknowledged of the Initial
following Addenda:
Addendum No. 1: ��
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
(Printed Name)
Titie: VP of Project Development
compar,y: Texas Materials Group, Inc.
aadress: 420 Decker Dr, Ste 200
Corporate Seal:
Irving, Texas 75062
State of Incorporation: DelaWal'2
Ema�i: ronald.stinson@texasmaterials.com
Phone: 214-741-3531
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 6
Revised 9/19/2025 City Project No. 106290
0o az aa
BID PROPOSAL
Page 1 of I
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Information
Bidlist Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
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
45
46
47
48
49
50
Description
0170.0101 Specified Remobilization
0241.1000 Rcn�ovc Conc Pvmt
0241.1300 Re�nove Conc Curb & Gutter
3216.0102 7" Concrete Curb & Gutter
0241.0401 Remove Concrete Drive
3213.0401 6" Concrete Driveway
0241.0100 Remove Sidewalk
3213.0301 4" Concrete Sidewalk
0241.1400 Remove Conc Valley Gutter
3216.0301 7" Conc Valley Gutter, Residential
0241.0300 Remove ADA Ramp
3213.0501 Banier Free Rainp, Type R-1
3213.0506 Barrier Free Ramp, Type P-1
3212.0900 Asphalt Crack Sealant
0241.1800 Remove Speed Cushion
3212.0600 HMAC Pavement Level-Up
3212.0401 HMAC Transition
3212.0304 2" As�halt Pvmt Supemave SP-D
0241.1506 2" Sivface Milling
0241.1700 Pavement Pulverization 11"
3212.0305 3" Asphalt Pvmt Supemave SP-D
3213.0102 7" Conc Pvmt
3213.0104 9" Conc Pvmt
3211.0601 CEMLIMETM (cr� 32 LBS/SY
9999.0001 TxDOT Item 276 - Cement Treahnent Plant Mix) Class L
9999.0002 Asphalt Base Repair �Asphalt Type D�-B)
3123 A 102 Unclassified Excavation
3292A100 Block Sod Replacement
3291.0100 Topsoil
3217.0101 6" SLD Pvmt Marking HAS (W)
3217.0102 6" SLD Pvmt Marking HAS (Y)
3217A113 Prefonned The�7noy lastic Contrast MarkinQs - 6" Dashed (W)
3217.0201 8" SLD Pvmt Marking HAS (l�
3217.0504 Prefonned Therrnoplastic Contrast Marking - 24" Stop Bars
3217.0502 Prcformcd Thcrmoplastic Contrast Markin�s - 24" Crosswalk
3217.1002 Lanc Lcgcnd Arrow
3217.1003 Lanc Lcgcnd DBL Arrow (Right Turn)
3217.1004 Lanc Lc ond Ouly
3217.5001 Curb A�dress Pamtin
3217.2101 Raised Marker TY I-�
3217.2103 REFL Raised Maeker TY II-A-A
3217.1006 Lane LeQend Bike
3217.1007 Lane Ley end Sharrow
3305A107 Manhole Ad'ustment, Minor
3305.01 12 Concrete Co�lar for Manhole
3305.0117 Conc��ctc Collar for Valvc
3471.0001 Traffic Control
3471.0002 Poitablc Mcssagc Sign
9999.1000 In�igation Adjustment & Landscape Repair Allowance
9999.1003 Paving Construction Allowancc
Specification
Section No.
O1 70 00
0241 15
0241 IS
32 16 13
02 41 13
32 13 20
02 41 13
32 13 20
02 41 13
32 16 13
02 41 13
32 13 20
32 13 20
32 12 73
02 41 15
32 16 16
32 12 16
32 12 16
0241 IS
0241 IS
32 12 16
32 13 13
32 13 13
32 ll 29
99 99 O 1
32 12 16
31 23 23
32 92 13
32 91 19
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 25
321723
32 17 23
32 17 23
32 17 23
33 OS 14
33 05 17
33 05 17
34 71 13
34 71 13
99 99 00
99 99 00
Unit of
Measure
EA
SY
LF
LF
SF
SF
SF
SF
SY
SY
EA
EA
EA
GA
EA
TN
TN
SY
SY
SY
SY
SY
SY
TN
CY
CY
CY
SY
CY
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
MO
WK
LS
LS
TEXAS MATERIALS GROUP, INC.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECQ"ICATIOT DOCUMHNTS
Revleed 9/192025
Bidder's Application
Bid
Quantity
1
4,500�
4,000�
4,000�
1,000�
1,000�
1,000�
1,000�
200�
200�
I5�
10�
10�
25 �
3�
50�
50�
13,000�
13,000�
50,200�
50,200�
4,000�
500�
800�
600�
300�
1,000�
600�
300�
5,600�
7,200�
150�
70 �
200�
200�
20 �
I�
20 �
]0�
SI
100�
20 �
2�
10�
46 �
39�
6�
6�
I�
1�
Bidder's Proposal
Unit Price Bid Value
$4,830.00
$30.70
$10.70
$28.95
$2.70
$8.60
$2.15
$8.60
$32.20
$133.00
$536.25
$2,651.25
$2,68125
$105.05
$1,92275
$810.80
$303.00
$17.13
$2.70
$9.20
$26.73
$96.52
$135.00
$396.80
$179.00
$634.70
$81.45
$19.30
$64.35
$0.85
$0.85
$2.15
$2.15
$16.10
$16.10
$214.50
$402.20
$273.50
$69.70
$6.45
$5.35
$230.60
$160.90
$1,67525
$1,675.25
$825.00
$2,681.25
$544.50
$35,000.00
$150,000.00
Total Bitl
$4,830.00
$135,150.00
$42,800.00
$115,800.00
$2,700.00
$8,600.00
$2,150.00
$8,600.00
$6,440.00
$26,600.00
$8,043.75
$26,812.50
$26,812.50
$2,62625
$5,76825
$40,540.00
$15,150.00
$222,690.00
$35,100.00
$461,840.00
S1,341,846.00
$386,080.00
$67,500.00
$317,440.00
$107,400.00
$190,410.00
$81,450.00
$11,580.00
$19,305.00
$4,760.00
$6,120.00
$322.50
$150.50
$3,220.00
$3,220.00
$4,290.00
$40220
$5,470.00
$697.00
$32.25
$535.00
$4,612.00
$321.80
$16,75250
$77,061.50
$32,175.00
$16,087.50
$3,267.00
$35,000.00
$150,000.00
$4,089,561.00
2026 Aaphal[ Reso�facu�g Conhae[ 6
City Projzc[ No. 106290 -Addend�m No 1
00 43 13
BID BOND
Page 1 of 2
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, Texas Materials Group, 111C. 420 Qecker Dr, Suite 200 Irving, Texas 75062 known as
"Bidder" herein and Liberty Mutual Ins Company a corporate surety
duiy 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 ths following project
designated as 2026 Asphalt Resurtacing Contract 6
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 aIl 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 shal! 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. .<<,;,,;,,;�: ,`
''''� �� �:;1',l ;�;�..
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument,by�•�•�•..,,
duly authorized agents and officers on this the 4th day of DeCembe� , 2D25. �' �' �' '� "�:
. ,;;;� j r ��� `!,,-.
:'�. " , ; j , 'i �,; ��,;:
� .�i ;�` � -� :��`: �3�:
PRWCIPAL: = ' ' :;; ;.a � t.t •;> ; ••
Texas Materials Group, Inc. := ` �;� ,'" L`:;: ., �> : '.�:
;Y r�,
_: 'J•;; (7;
BY: C�-� J ��^:� .� :,<�°Lr,
..`.`. `, ,1,.,
Signature `'��,, `).�;,,,c`
'��:raini;i�.��.�,.,
ATTEST: N/A Ronald D Stinson, Jr VP of Project Development
Witness as to Principal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/19/2025
Name and Title
2026 Asphalt Resurfacing Contract 6
City Projecf No. 106290
00 43 13
BID BOND
Page 2 of 2
AddfBSS: 420 Decker Dr, Ste 200
T)'IrvinO'.•Tex$s 75062
N/A
Witness as to Surety
Attach Power of Attorney (Surety) for Attorney-in-Fact
�,���
; � �� O �.4,�;�;f,�'
."',.'.. , :.�''�
SURETY: Liberty Mutual Ins Company�. • : �,� ; �.�.1� ,' ��
�
.' �_ en�.r_:
. . . � r- �:, . �+� .
• �•' G r C> � "
BY: � - _ '.. T' •� �
Signature � '` �',,� �r' •
, , , .,, •� .
, ,.,'. , � �„. • h
Serena Munoz Attorney-in-Fact :`: �;' ; ' :,`.�,`'� �,��
Name and Title ' � � ; ; ; = ``
aadress: 175 Berkeley Street
Boston, Ma 02118
Telephone Number: 757-876-0133
"fVote: 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 6
Revised 9/19/2025 City Project No. 106290
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 nonresidenYs 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
are not required to underbid resident bidders.
, our principal place of business,
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. ❑
Bi��ER: Texas Materials Group, Inc.
420 Decker Dr, Ste 200
Irving, Texas 75062
By. Ronald D Stinson, Jr
�J �
�
(Signat r
Titie: VP of Project Development
Date
END OF SECTION
12/04/2025
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 6
Revised 9/19/2025 City Project No. 106290
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequali�ed or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered far 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 ar 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 prequali�cation review. Bidders or Subcontractors who are not prequali�ed 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 fi1e 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 iirm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certi�cate 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 ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldenti�cation
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxpermit/ and �11 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 DiJNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DiJNS
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 Statenzents. 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 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised August 13, 2021
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of3
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certified public accounting frm 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
l2
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
45
L�^
(5) The City will not recognize any certifed public accountant as
independent who is not, in fact, independent.
(6) The accountant's opinion on the �nancial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm's opinion.
It should: (1) express an unqualified opinion, or (2) eXpress a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any month,
not more than one year old and must be on file with the City 16 months
thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor's bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying the
positive net working capital (working capital= current assets — current
liabilities) by a factar of 10. Only those statements reflecting a positive
net working capital position will be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the time a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
Bidder Prequalification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed �nancial statements by �rms wishing to be
eligible to bid on all classes of construction and maintenance projects. Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references of related wark must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
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 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised August 13, 2021
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of3
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
8 END OF SECTION
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
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
Asphalt Paving Heavy
Maintenance ($1,000,000 and
OVER)
Contractor/Subcontractor Company Name
Texas Materials Group, Inc.
Prequalification
Expiration Date
05/26
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
Bio�ER: Texas Materials Group, Inc.
420 Decker Dr, Ste 200
Irving, Texas 75062
END OF SECTION
By: Ronald D Stinson, Jr
C� J . �
(Signature)�
Titie: VP of Project Development
Date: 12/04/2025
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 6
Revised 09/19/2025 City Project No. 106290
2
3
4
5
6
7
8
9
10
tt
12
l3
14
IS
I6
i�
18
19
20
21
22
23
24
25
26
27
2s
29
30
;l
32
33
34
�5
36
00 45 26 - I
CONTRACTOR COMPLIANCE li'[TH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labot• 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. l 06290. Contractor further cei�tifies that, pursuant to Texas Labor Code, Section
406.096(b). as amended, it will provide to City its subcontractor's certificates of compliance with
�vorker's compensation coverage.
CONTRACTOR:
Texas Materials Group, Inc.
Company
420 Decker Dr, Ste 200
Address
Irving, Texas 75062
City/State/Zip
THE STATE OF TEXAS
COUNTY OFTARRANT
�
§
gy: Ronald D Stinson, Jr
(Please Print)
Si�nature: � /� ii�2L'—"�'�
Titie: VP of Project Development
(Please Print)
BEFORE ME, the undersigned authority. on this day personally appeared
Ronald D Stinson, Jr . known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of Texas Materials Group, 111C. for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this �c� day of
___ ��.�L�'C . 201;7.
Z����
Notary Public n and for the ate of Texas
37
38 �Nll OF SECTiON �`,o:'A��p"%, SERENA G. MUNOZ �
�`�4!'. .vb
- 2;'�� �'s_ Notary Public, State of Texas
�9 :9;�,,,,�t`� Comm. Expires �6-04-2029
�''��°�����`� Notary ID 135518236
. , �r.n:'
�i
CI'[�Y OF POR1' W(>ItTH 21)26 Asphalt Resurfacm= Conir�ct 6
STANDARD CONSTRUC'r10N SYECIFICATION DOCUMEN"I�S City Project No 106290
Revised July l. 2011
00 52 43 - I
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 02/10/2026, is made by and between the City of Fort Worth,
a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"),
and Texas Materials Group, Inc., 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 Wark 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 6
CITY PROJECT NUMBER 106290
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 Four Million, Ei�htv-Nine Thousand, Five Hundred
Sixtv-One and 00/100 Dollars ($4.089.561.00). Contract price may be adjusted by change orders
duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Wark shall be complete for Final Acceptance within 180 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Wark 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 actualloss suffered by the City if the Wark 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 Fiftv and
00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph
4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractar concerning the Work consist of the following:
1. This Agreement.
OFFICIAL RECORD
CITY OF FORT WORTH CITY SECRETARY 2026 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FT. WORTH, TX City Project No. 106290
Revised September 19, 2025 (effective September 1, 2025)
00 52 43 - 2
Agreement
Page 2 of 6
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequaliiication Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certi�cation Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney far the Bonds
h. Worker's Compensation Affidavit
i. ���1 �,,.,:�o�., TT.:�;",�;,.� �,....,.
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
e�.pense, 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 urovision is snecificallv intended to operate
and be effective even if it is alle�ed or qroven that all or some of the dama�es being
sou�ht were caused, in whole or in part, bv anv act, omission or ne�li�ence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025 (effective September 1, 2025)
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemni�cation provision
is specificallv intended to ouerate and be effective even if it is alleged or uroven that all
or some of the dama�es bein� sought were caused, in whole or in nart, bv anv act,
omission or negli�ence 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 a11
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
7.6
7.7
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.
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.
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 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025 (effective September 1, 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 veri�ication 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 certi�es that
Contractor's signature provides written veri�cation 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 veri�cation 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 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025 (effective September 1, 2025)
005243-5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verifcation
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 Beneiiciaries.
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
sureries, shall maintain no direct acrion 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 undertal�ing by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractars or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction wark in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
7.14 Small Business Utilization.
Contractor shall not make any unjustified changes to its small business utilization as
presented on the Small Business Utilization Form. Contractor's failure to abide by the
commitments presented on the form or intentional and/or knowing misrepresentation of
material facts regarding small business utilization shall be disallowed from bidding on future
City of Fort Worth public works contracts for a period of time of not less than one year.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised September 19, 2025 (effective September 1, 2025)
00 52 43 - 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:
By:
av�
Signature
Ronald D Stinson Jr
(Printed Name)
VP of Business Development
Title
420 Decker Dr, Ste 200
Address
Irving, Texas 75062
City/State/Zip
02/04/2026
Date
�FFICIAL RECORD
CITY SECRETARY
City of Fort Worth
By:
,�� �
Jesica McEachern
Assistant City Manager
02/26/2026
Date
Foqr°Ilaa
AOF=°� �Y d
Attest:
P � � °OpIdO
o-� o
Ova o=0
� t � oOd�F �oa oo� i�v
czzx A aIIQ T S.o,o
nanEza44
�
Jannette Goodall, City Secretary
(Seal)
M&C: 26-0101
Date: 02/10/2026
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.
Iretomiw�elu (Feh 4, 202fi 0925'S7 CSTJ
Iretomiwa Otuyelu, P.E.
Project Manager
Approved as to Form and Legality:
��
Douglas Black (Feb 19, 2026 00�06�32 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
Lauren P�eb 1��2610:44�.11 CST)
Lauren Prieur, Director,
Transportation and Public Works Department
FT. WORTH, TX
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025 (effective September 1, 2025)
2026 Asphalt Resurfacing Contract 6
City Project No. 106290
00 61 13 - I
PERFORMANCE BOND
Page 1 of 2
l
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
That we, Texas Materials
L' M II C
SECTION 00 61 13
PERFORMANCE BOND
§
§
§
Groun,
KNOW ALL BY THESE PRESENTS:
Inc., known as "Principal" herein and
g iberty utua nsurance ompany , a corporate surery(sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
ll pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Four Million, Ei�htv-
12 Nine Thousand, Five Hundred Sixtv-One and 00/100 Dollars ($4,089,561.00),lawful money of the
13 United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well
14 and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and
15 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 10`h day of Februarv, 2026, 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 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in
20 said Contract designated as 2026 Asphalt Resurfacing Contract 6, Ciry Project No. 106290.
21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
22 shall faithfully perform it obligarions under the Contract and shall in all respects duly and faithfully
23 perform the Work, including Change Orders, under the Contract, according to the plans,
24 specifications, and contract documents therein referred to, and as well during any period of
25 extension of the Contract that may be granted on the part of the City, then this obligation shall be
26 and become null and void, otherwise to remain in full force and effect.
27
28
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
29 Worth Division.
30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
32 accordance with the provisions of said statue.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 8, 2023
oo�i i3-z
PERFORMANCE EOND
Page 2 of 2
This bond is made and executed in coinpliance with the provisions of Chapter 2253 of the
2
3
4
5
6
7
s
9
�o
1l
12
13
14
is
1(
17
18
19
zo
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said stattte.
IN t�ITNESS t�HEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by dttly authorized agents and ofticers on this the `// _ day of �Gr[�/1N/Ih�t'
; 20�.
PRINCIPAL:
Texas Materials Group, Inc.
i
BY: � ��__ !
Signature �
ATTEST:
(Principal) Secretary
Ron Stinson, VP Proiect Development
Name and Title
�'G✓1,�,�
'tness as ta Principal
AddfeSS: Q�[� j�P.C:kP.� nCIVP. #2n(�_
—�n9,-IX-Z��.6�
SURETY:
Liberty Mutual Insurance Company
BY: � ' � i� i
Signatu e
Carolyn E. Wheeler, Attorney-Iri-Fact
Name and Title
Address: 1111 Northshore Drive
Suite N-550
� Knoxville, TN 37919
�0—l.�n,..� x � �..�
Witness as to Surety Bonnie Rice Telephone Number: _�) 769-7787_ �
Email Address: �mi�n F WhPeier�mar_ sh �om
*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 R'ORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Deceuiber 5, 2023
202G Aspha]t Resurfaciug Conhnct G
City Project No. 10G290
.=• Liberty
Mutual.
SURETY
POWER OF ATTORNEY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Certiticate No: 8204866
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liber[y Mutual Insurance Company is a corporation duly organ¢ed under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana (herein colfectively called the "Companies ), pursuant to and by authority herern set lorth, does hereby name, constitute and appoint,
Carol�n E. Wheeler
all oi the ciry of K��xuiva , state of � s� each individually if there be more than one named, its
true and law(ul attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances
and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the
secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of ihe Companies and the corporate seals of the Companies have been affixed
thereto this 1st day of July, 2024.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
�Jp` P�Rqyc yJp`oRP ��.p9y `4Pdo Po qRq,y� West American Insurance Company
� 3 Fo c� � 3 Fo m W 3 Fo �
1912 � oy1919�o Q 1991 0 �����_--
a,�q''Sq�H„8��aa.� yo `�h„AMPS�' aa� �rs �Ha�aNP da3 BY� -
��� * 1�� ''yt * �� �'M * �� Nathan J. Zangerle, Assistant Secretary
�
�
a�
C
f0
'� 7
� �
U �
o�
a`> >
� �
I � �
�
C'�
ca
O �
�o
O 4?
c�
o� N
o� �
r �
� �—
�i
O c`II
� T
�a c
>y
�
o �
Z U
STATE OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this 1 st day of July, 2024, before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The
Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained
by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
_ �.
; c�P �ASt `,
/�4 , otiW F �t
j��'..ti,�'�' '�'a��➢1 Commonweallh ot Pennsylvania - Notaiy Seat � /��2��
41 � =� l, Te�esa Pastella. Nolary Pu61ic /��� ^ �• � ��
` j� �F +� Mon(gomeryCounty �v�,��,m� ���
� ,:• r� My mmmission expires March 28. 2029 By:
���,J.��L���.` Commission numCer 1126044 Teresa Pastella, Nota Public
'---'a� �' MemDer. Pennsylvania AsaaiaGon o1 Notanes ry
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV— OFFICERS: Section 12. Power of Attomey.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney,
shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of ihe Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or altomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by ihe officer or of(icers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or ihe president may prescribe,
shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind
the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding
as if signed by the president and attested by the secretary.
Certificate of Designatlon — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such
altorneys-infact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and
other surery obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary
of the Company, wherever appearing upon a certified copy of any power of attorney issued by ihe Company in connection with surety bonds, shall be valid and binding upon the
Company with the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, of Liber[y Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company
do hereby certify that this power of attomey executed by said Companies is in full for�e and e}�ect and has not been revoked. / t�
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies ihis _�� day of /".C'/��u�✓�/ ZU��
INSU�p �tY INgG 1NSUR
��1 oaPo��'4yc+ yJPuoavo,�r'eqy VPaoRva�r'qyC�
J r `"o A� vq 3 Fo � a 3 Fo m
� 1912 � o y 1919 � o Q 1991 o By_ � c.��9"
d,i�9'PS4�H�g��aa z° �`y4MPs� da'� ,ry, �No,ANP da Renee C. Llewellyn, Assistant Secretary
9i� * �,� �y1 * �� �,y� * ��
vi E
�o
'C U
7 �
Q �
c j
C �
o �,
.�
U �
i��
a� �
>�
Q �
�
d �
�
N �
c
� °�
Q `o
00
�
y N
3 °O
O N
p., M
00
c�
m—
��
U
� N
� �
o�
ti n
Marsh MSurety POA LMIC OCIC WAIC Mul[i Co_012025
00 61 14 - I
PAYMENTBOND
Page 1 of 2
l
2
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
7 That we, Texas Materials Group, Inc., known as "Principal" herein, and
g Liberty Mutual Insurance Company , a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
10 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
11 created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Four
12 Million, Ei�htv-Nine Thousand, Five Hundred Sixtv-One and 00/100 Dollars ($4.089,561.001,
13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment
14 of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators,
15 successors and assigns, jointly and severally, �rmly by these presents:
16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 lOth day of Februarv, 2026, which Contract is hcreby 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 6, City Project No. 106290
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 beneficiary (as defined in
23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
24 the Contract, then this obligation shall be and become null and void; otherwise to 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 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 8, 2023
00G114-2
PAYMEN7' SOND
Page 2 of 2
i IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and offcers on this the /� day of
3 ,G�/3�it/J�2 Y _ ,, 20 2G .
4
PRINCIPAL:
Texas Materials Group, Inc.
�
~ J �
ATTEST: BY: _ < �� ��`: �
Signah.�re �
(Principal) Secretary
� ,/ �
/.�.� �.i,f_ .�Y �.ti.�,�/
Wi ess as to Principal
Ron Stinson, VP Project Devefopment
Name and Title
Address: 420 Decker Drive #200
{rving, TX 75062
SURETY:
Liberty Mutual Insurance Company
ATTEST: BY: ` ,,.
Signature � �
N/A
(Surety) Secretary
Carolyn E. Wheeler, Attorney-In-Fact
Name and Title
Address: 1111 Northshore Drive
Suite N-550
Knoxville, TN 37919
"1 4�—y�--tti.��.. �
Witness as to Surety Bonnie Rice
S
6
7
8
9
10
11
12
Telephone Number: (865) 769-7787
Email Address: Carolyn.E.Wheeler@marsh.com
Note: If signed by an officer of the Surety, there must be on file a certified extrac[ 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 inust 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 2O2G Asphalt Resurfacing Contract G
STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS City Project Nn. J 0G290
Revisa�l Decembcr S, 2023
.=• Liberty
Mutual.
SURETY
POWER OF ATTORNEY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Certiticate No: 8204866
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liber[y Mutual Insurance Company is a corporation duly organ¢ed under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana (herein colfectively called the "Companies ), pursuant to and by authority herern set lorth, does hereby name, constitute and appoint,
Carol�n E. Wheeler
all oi the ciry of K��xuiva , state of � s� each individually if there be more than one named, its
true and law(ul attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances
and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the
secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of ihe Companies and the corporate seals of the Companies have been affixed
thereto this 1st day of July, 2024.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
�Jp` P�Rqyc yJp`oRP ��.p9y `4Pdo Po qRq,y� West American Insurance Company
� 3 Fo c� � 3 Fo m W 3 Fo �
1912 � oy1919�o Q 1991 0 �����_--
a,�q''Sq�H„8��aa.� yo `�h„AMPS�' aa� �rs �Ha�aNP da3 BY� -
��� * 1�� ''yt * �� �'M * �� Nathan J. Zangerle, Assistant Secretary
�
�
a�
C
f0
'� 7
� �
U �
o�
a`> >
� �
I � �
�
C'�
ca
O �
�o
O 4?
c�
o� N
o� �
r �
� �—
�i
O c`II
� T
�a c
>y
�
o �
Z U
STATE OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this 1 st day of July, 2024, before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The
Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained
by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
_ �.
; c�P �ASt `,
/�4 , otiW F �t
j��'..ti,�'�' '�'a��➢1 Commonweallh ot Pennsylvania - Notaiy Seat � /��2��
41 � =� l, Te�esa Pastella. Nolary Pu61ic /��� ^ �• � ��
` j� �F +� Mon(gomeryCounty �v�,��,m� ���
� ,:• r� My mmmission expires March 28. 2029 By:
���,J.��L���.` Commission numCer 1126044 Teresa Pastella, Nota Public
'---'a� �' MemDer. Pennsylvania AsaaiaGon o1 Notanes ry
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV— OFFICERS: Section 12. Power of Attomey.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney,
shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of ihe Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or altomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by ihe officer or of(icers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or ihe president may prescribe,
shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind
the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding
as if signed by the president and attested by the secretary.
Certificate of Designatlon — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such
altorneys-infact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and
other surery obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary
of the Company, wherever appearing upon a certified copy of any power of attorney issued by ihe Company in connection with surety bonds, shall be valid and binding upon the
Company with the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, of Liber[y Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company
do hereby certify that this power of attomey executed by said Companies is in full for�e and e}�ect and has not been revoked. / t�
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies ihis _�� day of /".C'/��u�✓�/ ZU��
INSU�p �tY INgG 1NSUR
��1 oaPo��'4yc+ yJPuoavo,�r'eqy VPaoRva�r'qyC�
J r `"o A� vq 3 Fo � a 3 Fo m
� 1912 � o y 1919 � o Q 1991 o By_ � c.��9"
d,i�9'PS4�H�g��aa z° �`y4MPs� da'� ,ry, �No,ANP da Renee C. Llewellyn, Assistant Secretary
9i� * �,� �y1 * �� �,y� * ��
vi E
�o
'C U
7 �
Q �
c j
C �
o �,
.�
U �
i��
a� �
>�
Q �
�
d �
�
N �
c
� °�
Q `o
00
�
y N
3 °O
O N
p., M
00
c�
m—
��
U
� N
� �
o�
ti n
Marsh MSurety POA LMIC OCIC WAIC Mul[i Co_012025
006119-I
MAINTENANCE BOND
Page 1 of 3
l
2
3
4
5
6
7
8
9
10
11
12
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we Texas Materials Groun, Inc., known as "Principal" herein and
Liberty Mutual Insurance Company , a corporate surety (sureties, if more than
one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Four Million,
Ei�htv-Nine Thousand, Five Hundred Sixtv-One and 00/100 Dollars ($4,089,561.00), lawful
13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which
14 sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors,
15 administrators, successors and assigns, jointly and severally, firmly by these presents.
16
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the lOth day of Februarv, 2026, which Contract is hereby referred to and a made part hereof for all
19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
20 as defined by law, in the prosecution of the Work, including any Wark resulting from a duly
21 authorized Change Order (collectively herein, the "Work") as provided for in said contract and
22 designated as 2026 Asphalt Resurfacing Contract 6, City Project No. 106290; and
23
24 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
25 accordance with the plans, specifications and Contract Documents that the Work is and will remain
26 free from defects in materials or workmanship for and during the period of two (2) years after the
27 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
28
29
30
31
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
receiving notice from the City of the need therefor at any time within the Maintenance Period.
CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106290
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
fE3
fL�
00G119-2
MAINTENANCE BOND
Pa¢e 2 of 3
NOVV THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HO�'VEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Wortl� Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
C1TY OF FORT WORTH 2O26 Asphalt Resurfncing Coniract G
STANDARD CONSTRUCTI�N SPECIFICAT[ON DOCUMENTS City Project No. 10G290
Revised December 8, 2023
OOGI 19-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS W REOF, the Principal and the Surety have each SIGNED and SEALED this
2 instruinent by duly authorized agents and officers on this the __�_ day of ���y��y
3 , 20 Z-G .
4
5
6
�
s
9
10
11
12
13
14
IS
16
1%
�8
19
20
21
22
23
24
25
26
27
2R
29
30
31
32
33
34
35
36
37
38
39
4�
41
42
ATTEST:
(Principal) Secretary
� �����
'tness as to Principal
ATTEST:
PRINCIPAL:
Texas Materials Group, Inc.
- , � ------ ,/
BY� ., � ' � � , _—�
� Signature � / ` I 1
� ,%
Ron Stinson. VP Proiect Develooment
Name and Title
SURETY:
Liberty Mutual Insurance Company
Address: Q�n nP('kPr nfIVP. #?nn
- � 1 v 1��..1d-�S1S.12 .
r
BY: � �-� �.
Signatu e
Carolyn E. Wheeler, Attorney-In-Fact
Name and Title
N/A Address: 1111 Northsbore Drive
(Surety) Secretary _�U1��_�,5� �
�Knnxv.ille,-I1�C3Z919
-�4-���v� —
Witness as to Surety Bonnie Rice Telephone Number: (865) 769-7787
Einail Address: Carolyn.E,Wheeler(c�marsh.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 froin its inailing address, both inust be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH 2O2C Asplialt Resurfacing Coniract 6
STANDARD CONSTRUCTION SPECIFICATION DOCUMEI�TS City Project No. 106290
Revised December S, 2023
.�- Liberty
Mutualm
SURETY
POWER OF ATTORNEY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Certificate No: 82D4866
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualry Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutuai Insurance Company is a corporation duly organized under the laws of the 5tate of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein sel forth, does hereby name, constitute and appoint,
Carol�+n E. Wheeler
all of Ihe ciry of Knnxvilla state of tn� each individually if there be more than one named, its
Vue and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and ail underiakings, bonds, recognizances
and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if ihey have been duly signed by the president and atlested by the
secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or o�cial of the Companies and the corporate seals of the Companies have been affixed
thereto this tst day of July, 2024.
Liberry Mutual Insurance Company
The Ohio Casualty Insurance Company
� 1Nsu,p �ZY INSUp� a�NsuRq West American Insurance Company
aP'4oaPo�r'9'L� �J�'`oavoRyr `9y VQ' o°aP�Rq> yC+
3 Fo R� Q+ Fo C� �.`' FO (� / ,{ .
��1912 0 oZ1919�o a 1991 o G��� (-- -_--
~dJ19s's9CHU`�� d� y� �h4MPsa\,dD� 'ls �NOIANP .da� B�/�
ei> + y,� �'yl **a �'M * �,� Nathan J. Zangerle, Assistant Secretary
�
�
�
��
a @
�
U�
a�
o�
N �
N �
7
�
� ��
O �
�
�j O
o a?
c�
�
a� �
�`
� �
� �
`o i�
�a
� c
> �
O`
Z U
STATE aF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this 1st day of July, 2024, before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The
Ohio Casualry Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained
by signing on behalf of the corporations by himself as a duly authorized o�cer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
—a3 '
5P • sr �.
4''�'��*6'�Wk{���r CommonwealthofPennsylvanla-NotarySeai L
A-�" o° s�y Teresa Pastella, Notary Pubfic � �?2�-�-�
OF � Montgomery County
� � � M commission expires March 28, 2029 By: _
,�'`�s���Q`��j� :� y Commission number 1126044 Teresa Pastella, Notary Public
`��' �•' Mmnber. Pennsylvania Associatlon ot Notaries
This Power of Ariorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV— OFFICERS: Section 12. Power of Attomey.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behaif of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, 6onds, recognizances and other surery obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey,
shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as rf signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-facl under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authoriry.
ARTICLE XIII • Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized forthat purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such atlomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakfngs,
bonds, recognizances and other surery obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind
the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shaii be as binding
as if signed by the president and attested by the secretary.
Cehificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary 10 appoint such
attorneys-infact as may be necessary to act on behali of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and
other surety obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary
of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the
Company with the same force and effect as ihough manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, of Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company
do hereby certify that this power of attomey executed by said Companies is in full force and effect and has not been revoked. /r�G �y
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this �� day of !��� � ��
R� �NSU,Q9 P�SV INSV � \NSU,p4
�J L�pP�R4 yC 5J G�Rv��J�y �PC.�RP��T yf� i���' / /
� 2 TFO iM1 Q= Fp C� �_ �O tn ./
1912 �`� 1919 �� 1991 � i�-�'��►G'`�'1'"'
r s q o o y ,� o Q o By: l�
rd�98SqcHuS�� a� �o `�`"NAMrs�' da� fs �NoIANP da Renee C. Liewellyn, Assistant Secretary
9�� *�e� dyl * r�a d,y� * 1.a
vi �
y_o
•� U
a'�°
c �
c�
O�
��
c� �
Q �
(/�
d �
T—
C �
� �
ao
00
��
N
O�
�m
00
��
�a �
� U
a N
� �
ii n
Marsh MSurety POA LMIC OCIC WAIC Multi Co_012025
Policy Number: AS2-C81-004095-125, AS2-C81-054502-525
Issued by: Liberty Mutual Fire Insurance Co.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED - NONCONTRIBUTING
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGECOVERAGEFORM
MOTOR CARRIERS COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured
Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form.
Schedule
Name of Person(s) or Organizations(s):
Any person or organization where the Named Insured has agreed by written
contract to include such person or organization
Regarding Designated Contract or Project:
Any
Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but
only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision
contained in Section II of the Coverage Form.
The following is added to the Other Insurance Condition:
If you have agreed in a written agreement that this policy will be primary and without right of contribution
from any insurance in force for an Additional Insured for liability arising out of your operations, and the
agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be
primary and we will not seek contribution from such insurance.
AC 84 23 08 11 O 2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc.,
with its permission.
89083170 I 8-oo9o95 I Interest No. 21258966 I 09.25-09.26 Standard 10-2 Exwss AUTO I Exc1:XS OT9 I Erin Celing I 1/30/2026 7:47:09 AM (CST) I Page 2 of 15
POLICY NUMBER: AS2-C81-004095-125, AS2-C81-054502-525 COMMERCIAL AUTO
CA04441013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified
by the endorsement.
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
Any person or organization for whom you perform work under a written contract if the contract requires you to
obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring.
Premium: $ INCL
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived prior
to the "accidenY' or the "loss" under a contract with
that person or organization.
CA 04 4410 13 O Insurance Services Office, Inc., 2011 Page 1 of 1
89083170 I 8-oo9o95 I Interest No. 21258966 I 09.25-09.26 Standard 10-2 Exwss AUTO I Exc1:XS OT9 I Erin Celing I 1/30/2026 7:47:09 AM (CST) I Page 3 of 15
POLICY NUMBER AS2-C81-004095-125
COMMERCIAL AUTO
CA99481013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
POLLUTION LIABILITY - BROADENED COVERAGE
FOR COVERED AUTOS - BUSINESS AUTO AND
MOTOR CARRIER COVERAGE FORMS
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
A. Covered Autos Liability Coverage is changed as
follows:
1. Paragraph a. of the Pollution Exclusion
applies only to liability assumed under a
contract or agreement.
2. With respect to the coverage afforded by
Paragraph A.1. above, Exclusion B.6. Care,
Custody Or Control does not apply.
B. Changes In Definitions
For the purposes of this endorsement, Paragraph
D. of the Definitions Section is replaced by the
following:
D. "Covered pollution cost or expense" means any
cost or expense arising out of:
1. Any request, demand, order or statutory or
regulatory requirement that any "insured" or
others test for, monitor, clean up, remove,
contain, treat, detoxify or neutralize, or in
any way respond to, or assess the effects
of "pollutants"; or
2. Any claim or "suit" by or on behalf of a
governmental authority for damages
because of testing for, monitoring, cleaning
up, removing, containing, treating,
detoxifying or neutralizing, or in any way
responding to or assessing the effects of
"pollutants".
CA99481013
"Covered pollution cost or expense" does not
include any cost or expense arising out of the
actual, alleged or threatened discharge,
dispersal, seepage, migration, release or
escape of "pollutants":
a. Before the "pollutants" or any property in
which the "pollutants" are contained are
moved from the place where they are
accepted by the "insured" for movement
into or onto the covered "auto"; or
b. After the "pollutants" or any property in
which the "pollutants" are contained are
moved from the covered "auto" to the
place where they are finally delivered,
disposed of or abandoned by the
"insured".
Paragraphs a. and b. above do not apply to
"accidents" that occur away from premises
owned by or rented to an "insured" with
respect to "pollutants" not in or upon a
covered "auto" if:
(1) The "pollutants" or any property in
which the "pollutants" are contained
are upset, overturned or damaged as
a result of the maintenance or use of
a covered "auto"; and
(2) The discharge, dispersal, seepage,
migration, release or escape of the
"pollutants" is caused directly by
such upset, overturn or damage.
Premium: INCL
O Insurance Services Office, Inc., 2011
Page 1 of 1
89083170 I 8-oo9095 I Interest No. 21258966 I 09.25-09.26 Standard 10-2 Exwss AOTO I Exc1:XS OT9 I Erin Celing I 1/30/2026 7:47:09 AM (CST) I Page 9 of 15
Policy Number: AS2-C81-004095-125, AS2-C81-054502-525, TB2-C81-004095-1 1 5
Issued By: Liberty Mutual Fire Insurance Co.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
NOTICE OF CANCELLATION TO THIRD PARTIES
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE PART
MOTOR CARRIER COVERAGE PART
GARAGE COVERAGE PART
TRUCKERS COVERAGE PART
EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART
SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PART
EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
Schedule
Name of Other Person(s)/ Email Address or mailing
Organization(s): address:
Where required by written contract Where required by written contract
Number
Days
Notice:
90
A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or
organizations shown in the Schedule above. We will send notice to the email or mailing address listed
above at least 10 days, or the number of days listed above, if any, before the cancellation becomes
effective. In no event does the notice to the third party exceed the notice to the first named insured.
B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure
to provide such advance notification will not extend the policy cancellation date nor negate cancellation of
the policy.
All other terms and conditions of this policy remain unchanged.
LIM 99 01 05 11 O 2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc.
with its permission.
89083170 I 8-oo9o95 I Interest No. 21258966 I 09.25-09.26 Standard 10-2 Exwss AUTO I Exc1:XS OT9 I Erin Celing I 1/30/2026 7:47:09 AM (CST) I Page 5 of 15
COMMERCIAL GENERAL LIABILITY
CG 25 03 05 09
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT GAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. For all sums which the insured becomes legally
obligated to pay as damages caused by "occur-
rences" under Section I— Coverage A, and for all
medical expenses caused by accidents under
Section I— Coverage C, which can be attributed
only to ongoing operations at a single designated
construction project shown in the Schedule below:
1. A separate Designated Construction Project
General Aggregate Limit applies to each des-
ignate
FORT ��RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
COnti'aCtOr'S Name: Texas Materials Group, Inc.
Sub�eCt Of the Agreement: Authorize execution of a contract with Texas Materials Group, Inc.
in the amount of $4,089,561.00 for the 2026 Asphalt Resurfacing Contract 6 project at various locations.
M&C Approved by the Council? * Yes 8 No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 8 No ❑
If �unsure, see back page for pernianent 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: 02�� 0�2026 Expiration Date: 02/10/2031
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No 8
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 106290
*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 processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
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
F�R'���RTHa
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2026 Asphalt Resurfacing Contract 6
M&C: 26-0101
Date: 02/10/2026
CPN: 106290
CSO:
DOC#:
To: Name Department Initials Date Out
1. Sophia Flores TPW - Review �-� 02/11 /2026
2. Iretomiwa Otuyelu TPW-Approver �� 02/12/2026
3. Donnette Murphy Risk-Approver p�^'� 02/12/2026
4. Patricia Wadsack TPW-Approver p(�� 02/13/2026
5. Lauren Prieur TPW — Signer x�„ 02/15/2026
6. Lorita Lyles Legal - Approver ,1-1- 02/17/2026
7. Douglas Black Legal-Signer � 02/19/2026
Dou9las � ark
8. Jesica McEachern ACM-Signer � 02/26/2026
9. Katherine Cenicola CSCO-Approver �� 02/26/2026
��
10. Jannette Goodall CSCO-Signer ,,� 02/27/2026
11. Allison Tidwell CSCO-Form Filler .�- 02/27/2026
12. TPW Contracts TPW
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any
and all City Departments requesting City Manager's signature for approval MUST BE ROUTED
TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip,
David will review and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES ❑No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
NEXT DAY: ❑YES ❑No
❑ Attach Signature, Initial and Notary Tabs
Return to: Please notify TPWContract(a�fortworthtexas.�ov. Thank you!