Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064869 - Construction-Related - Contract - Peachtree Construction, Ltd.
CSC No. 64869 FORT WORTH.:, CONTRACT FOR THE CONSTRUCTION OF 2026 ASPHALT RESURFACING CONTRACT 5 City Project No. 106166 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2025 0 F``��` * A ;IRETOMIWA SEYON OTUYELU .............................. tl �,., 154477 ,t �'�F ZICENWE OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH. 41,11 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 09/01/2025 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/19/2025 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 0045 11 Bidders Prequalifications 08/13/2021 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 06/13/2025 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 0G 45 44 Small u„siffe& r_,,.,t nini�-5 00 52 43 Agreement 9/19/2025 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 9/19/2025 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 09/01/2025 00 73 00 Supplementary Conditions 9/19/2025 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 012975 M ter-i is O 14*a oit 9k242c 01 31 19 Preconstruction Meeting 09/01/2025 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 09/19/2025 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Si na e 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Stakin and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 2026 Asphalt Resurfacing Contract 5 City Project No. 106166 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 Date Division 32 — Exterior Improvement Modified 32 12 16 1 Asphalt Paving Division 34 - Transportation 3471 13 1 Traffic Control Special Specifications 99 99 00 Additional Specifications 99 99 00 TxDOT Item 276 — Cement Treatment 99 99 00 TxDOT Item 528 — Colored Textured Concrete and Landscape Pavers Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.t!ov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 0 n4i -n � 12/20/201 �z 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 06/13/2025 03-�-44 03r07rsv25 0 3� i � 12/20, 01-2 v�-�T-ry rtravravzz Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 34-24-00 EmbaftkmefAS n i i 3 31 25 00 Erosion and Sediment Control 04/29/2021 � ,moo dens , �' ,'�tz 3t 37 nn Ripfflp 12/20/2012 CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 32 - Exterior Imurovements 2' T 1 2 P)rc 20 /viz 32-" 14 12/20/201 32 01 29 Concrete Paving Repair 06/13/2025 32 1123 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 n o /�n15 32 12 16 Asphalt Paving 6/07/2024 32 1273 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/13/2025 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 2 1 n 1 ti 12/20/201- 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 �-3 �z 27� Wir-e Fenees andGft4e., 17/�zrz-vizviz 27�� WeedFences .,....i Gates 17/7r�,,-z 4044 3291 19 Topsoil Placement and Finishin of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 32 92 14 1 Non -Native Seeding 05/13/2021 3292 15 Native Grass and Wildflower Seeding 10/06/2023 27� T-Fees .,.,..1 ShF b 12/7�12 Division 33 - Utilities 3349— 0 931/0719AJ-9 341 z1TeIeViSiEffl03/11/20 22 � i2/03 22 n2 1n 12/20/2012 TJ--�J-TO 1�'Lv�GP�G 3 2 1 /zzr20 cviz 33 )4-4 2 1 / z 33-94 9 09 / 10� °�5 33 nn nnCleaning 02/06/2 eCleaning of Pipes03/11/2022 � 33-" n6/10 /2 33-05-4-2 er- 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 9 05 20 17/�n/�n1� �--v�-zv zzrzvrzvzz 3-3--� 1 / 33-05-2-2 20/96)12 '22 nc 2- 12/2n/2n12 �J--v�-z� m-rvrz-o�z CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 Division 34 - Transportation 3n ss 34-4144-.4 rrttaExnnvn 3 n n� n� 24 41 41 11/22/201z CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 �A�0 12�z 20/20iz zn n 1 20 n1 Aftefial LED Readway Ltffninaifes 06/ c1201 c 34n 1 � Ffeeway LED Readway J=ufftimtifes 06 5i201 c �n n�03 Residential LED Roadway Luminaifes 06/1�15 34n 1 3n Altimiawn Sigfis 1 1 /12/201 2 3n n2io�6 3471 13 Traffic Control 03/22/2021 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.07 Wage Rates GN-1.00 General Notes SD-1.00 Standard Construction Details SP-1.00 Pavement Marking Plans SL-1.00 Street List, Quantities and Maps END OF SECTION CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 3/2/26, 9:08 AM M&C Review CITY COUNCIL AGENDA Create New From This M&C Official site of the City of Fort Worth, Texas FORTWORTII REFERENCE **M&C 26- 202026 ASPHALT DATE: 2/24/2026 NO.: 0142 LOG NAME: RESURFACING CONTRACT 5 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 4 and CD 10) Authorize Execution of a Contract with Peachtree Construction, Ltd., in the Amount of $4,735,024.00 for the 2026 Asphalt Resurfacing Contract 5 Project at Various Locations RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Peachtree Construction Ltd., in the amount of $4,735,024.00 for the 2026 Asphalt Resurfacing Contract 5 project at various locations (City Project No. 106166). DISCUSSION: In the Fiscal Year 2026 PayGo Contract Street Maintenance Program, various types of street maintenance projects are grouped into specific contract packages. The recommended construction contract outlined in this Mayor and Council Communication (M&C) will provide street rehabilitation on approximately 8.14 lane miles for the street sections below, under the 2026 Asphalt Resurfacing Contract 5 project (City Project No. 106166). Street From To Council District Basswood Boulevard Los Padres Trail Denton Highway 4 Victory Circle Allison Avenue Dale Earnhardt Way 10 Dale Earnhardt Way Victory Circle North Freeway Southbound Service Road 10 Dale Earnhardt Way Victory Circle Dale Earnhardt Way 10 This project was advertised for bid on November 12, 2025, and November 19, 2025, in the Fort Worth Star -Telegram. On December 11, 2025, the following bids were received: Bidder Bid Amount Time of Completion Peachtree Construction, $473502400 180 Calendar Ltd. ,,. Days Texas Materials Group, Inc. $4,937,702.50 Reliable Paving, Inc. $5,430,504.00 Overland Corporation $5,525,984.00 Eurovia Atlantic Coast, LLC $5,746,230.00 In addition to the contract amount, $501,900.00 is required for project management, material testing, and inspection, and $473,502.00 is provided for project contingencies. Funding is budgeted in the apps.cfwnet.org/counciI_packet/mc_review.asp?ID=34185&counciIdate=2/24/2026 1/2 3/2/26, 9:08 AM M&C Review General Capital Projects Fund for the Transportation and Public Works Department for the purpose of funding the 2026 Asphalt Resurfacing Contract 5 project. Construction of this project is expected to start in March 2026 and be completed by October 2026. Upon completion of the project, there will be no anticipated impact on the General Fund operating budget. Small Business (SB) Goal — The City waived the Small Business Program requirement for this project because there were fewer than three certified vendors available. However, Peachtree Construction, Ltd. is a certified Small Business Enterprise (SBE). This project is located in COUNCIL DISTRICTS 4 and 10 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the 2026 Asphalt Resurfacing Contract 5 project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Lauren Prieur (6035) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 106166 FID Table.xlsx (CFW Internal) 202026 ASPHALT RESURFACING CONTRACT 5 FundsAvail.docx (CFW Internal) CPN106166 Form 1295.pdf (CFW Internal) M&C Map CPN106166 2026AsphaltResurfacing Co5.pdf (Public) Sam.gov Peachtree Construction Ltd.png (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=34185&counciIdate=2/24/2026 2/2 CITY OF FORT WORTH Transportation and Public Works Department 2026 Asphalt Resurfacing Contract 5 City Project No. 106166 ADDENDUM NO.1 Addendum No. 1: Issued Wednesday, December 3, 2025 Bid Open Date: Thursday, December 11, 2025 This Addendum forms part of the Specifications & Contract Documents for the above -referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Plans and specification documents for 2026 Asphalt Resurfacing Contract 5, City Project No. 106166, 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. SECTION 321123 — Add the attached modified FLEXIBLE BASE COURSES Specification. c. SUBMISSION INSTRUCTIONS — 26-0038 — The submission instructions have been updated to include Addendum No. 1 under the Requested Information section. The attendees asked the following questions during the pre -bid conference and on Bonfire. The City of Fort Worth's responses are below. Question 1: What is the engineer's estimate for the project? Response 1: $5,900,000 is the approximate construction cost based on the engineer's estimate. Question 2: When is construction expected to start? Response 2: Work on the project is expected to begin in February 2026. The selected vendor must have crews available and prepared to initiate work upon receipt of the Notice to proceed. Question 3: What are the location and limits of the 12,500 SY of concrete on Basswood Blvd? Response 3: The project limit on Basswood Boulevard is a composite pavement with concrete pavement under the asphalt pavement. Some sections of the concrete pavement (underneath the asphalt layer) have failed. To restore structural integrity, concrete pavement items included in the project will be used to remove and replace the failed concrete panels beneath the asphalt overlay. Question 4: Clarify the scope of work for the Asphalt pavement Base Repair Item — what pay items are associated with the Asphalt Ty DG-B Response 4: The asphalt pavement base repair items will be used primarily on Dale Earnhardt Wayl Victory Circle. For areas that have 4 inches or less of existing asphalt, the base repair will consist of CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 14, 2022 Addendum No 1 Asphalt Ty B (DG-B) over TxDOT item 276 (CTB), and areas that have more than 4 inches of existing asphalt, the base repair will consist of full -depth Asphalt Base Repair (DG-B). Question 4: Do the full -depth concrete panel replacements receive Asphalt Ty B? Response 4: No. We will use flex base beneath the concrete panel replacement, areas if needed, and overlay with 2 " Asphalt SP-D 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 4100, 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 ACKNOWLEDGEMENT: 1 1, CompalPi�ACHTREE CONSTRUCTION,LTD. Address: 5801 PAP VISTA CIR. City: F09T Wo 0" State: -M 11. 244 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised September 14, 2022 Lauren Prieur, P.E. Director, Transportation and Public Works By: 7- e Cq R_ Y l A Y—C ,9, Zelalem Arega, P.E. •J Engineering Manager 2026 Asphalt Resurfacing Contract 5 City Project No. 106166 Addendum No 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 1 or t Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1 0170.0101 Specified Remobilization 01 70 00 EA 1 2 0241.1000 Remove Cone Pvmt 0241 15 SY 12500 3 0241.1300 Remove Cone Curb & Gutter 0241 15 LF 300 4 3216.0102 7" Concrete Curb & Gutter 3216 13 LF 300 5 0241.0401 Remove Concrete Drive 0241 13 SF 1500 6 3213.0401 6" Concrete Driveway 32 13 20 1 SF 1500 7 0241.0100 Remove Sidewalk 0241 13 SF 2000 8 3213.03014" Concrete Sidewalk 32 1320 SF 2000 9 3212.0900 Asphalt Crack Sealant 32 1273 GA 200 10 3212.0600 HMAC Pavement Level -Up 32 16 16 TN 50 11 3212.0401 HMAC Transition 32 12 16 TN 50 12 3212.0501 Asphalt Pvmt Type B (DG-B) (Base Repair) 32 12 16 CY 800 13 0241.1506 2" Surface Milling 0241 15 SY 66000 14 13212.0304 2" Asphalt Pvtnt Sue ave SP-D 32 12 16 1 SY 66000 15 3213.0102 7" Conc Pvmt 32 13 13 SY 11500 16 3213.0104 9" Conc Pvmt 3213 13 SY 500 17 3213.0204 9" Conc Pvmt HES 32 13 13 SY 500 18 3349.5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 2 19 3349.6001 10' Recessed Inlet 33 49 20 EA 1 20 0241.0300 Remove ADA Ramp 0241 13 EA 26 21 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 14 22 13213.0502 Barrier Free Ramp, TVp2 U-1 32 13 20 1 EA 2 23 3213.0503 Barrier Free Raln Type M-1 32 1320 EA 2 24 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 2 25 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 2 26 3213.0508 Barrier Free Ramp, Type C-1 32 13 20 EA 2 27 3213.0509 Barrier Free Ramp, Type C-2 32 1320 EA 2 28 3211.0112 Flexible Base, Type A, GR-1 32 1123 CY 1000 29 3123.0102 Unclassified Excavation 312323 CY 1200 30 13292.0100 Block Sod Replacement 32 92 13 SY 100 31 3292.4000 Scoding, H dromalch 32 92 14 SY 11000 32 3291.0100 Topsoil 32 91 19 1 CY 900 33 3217.01016" SLD Pvmt Markin HAS 32 1723 LF 17200 34 3217.0102 6" SLD Pvmt Markin HAS 32 1723 LF 18800 35 3217.0113 Preformed Thermoplastic Contrast Markings - 6" Dashed 32 17 23 LF 6100 36 3217.0403 18" SLD Pvmt Markin HAE 32 17 23 LF 40 37 3217.0201 8" SLD Pvmt Markin HAS 32 1723 LF 5000 38 13217.0504 Preformed Thermoplastic Contrast Markin - 24" Stop Bars 32 17 23 LF 500 39 3217.0502 Preformed Thermoplastic Contrast Markin s - 24" Crosswalk 32 1723 LF 1500 40 3217.1002 Lane Legend Arrow 32 1723 1 EA 40 41 3217.1004 Lane Legend Onl 32 1723 EA 30 42 3217.5001 Curb Address Painting 32 1725 EA 20 43 3217.2101 Raised Marker TY I-C 32 1723 EA 230 44 3217.2103 REFL Raised Maeker TY II -A -A 32 1723 EA 150 45 3217.2104 REFL Raised Marker TY II-C-R 32 1723 EA 700 46 13305.0107 Manhole Adjustment Minor 33 05 14 EA 6 47 3305.0112 Concrete Collar for Manhole 3305 17 EA 10 48 3305.0117 Concrete Collar for Valve 3305 17 EA 10 49 3471.0001 Traffic Control 3471 13 MO 6 50 3471.0002 Portable Message Sign 34 71 13 WK 24 51 9999.0002 Base Repair - Cement Treatment (Plant Mixed) (Class L) TxDOT Item 276 CY 1000 52 9999.0003 9" Stamped Concrete TxDOT Item 528 99 99 00 SY 1000 53 9999.1000 Irrigation Adjustment & Landscape Re Allowance 99 99 00 LS 1 ____ 35000 150000 $35,000.00 $150,000.00 54 9999.1003 PayingConstruction Allowance 99 99 00 LS 1 TotalBidl $185,000.00 END OF SECTION CITY OF FORT WORTH 2O26 Asphslt R-,fadng Contact 5 STANDARD CONSTRUCTION SPECWICATION DOCUMENTS City Pr jmt No. 106166 Revised 9/191=5 Addendum No. 1 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 321123 FLEXIBLE BASE COURSES 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. FOR THIS PROJECT, FLEXIBLE BASE COURSES SECTION 32 1123 SHALL 10 BE MEASURED BY THE CUBIC YARD OF COMPLETED QUANTITY. 11 2. UNCLASSIFIED EXCAVATION AND HAULING REQUIRED TO PLACE 12 FLEXIBLE BASE COURSE SHALL BE CONSIDERED SUBSIDIARY, WITH 13 NO SEPARATE PAY. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item will be by the se CUBIC yard of Flexible Base 22 Course for various: 23 1) Depths 24 2) Types 25 3) Gradations 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under "Measurement" will be paid for at the unit price 29 bid per square CUBIC yard of Flexible Base Course. 30 3. The price bid shall include: 31 a. Preparation and correction of subgrade 32 b. Furnishing of material 33 c. Hauling 34 d. Blading 35 e. Sprinkling 36 f. Compacting 37 g. UNCLASSIFIED EXCAVATION AND HAULING REQUIRED TO PLACE 38 FLEXIBLE BASE COURSE 39 1.3 REFERENCES 40 A. Definitions 41 1. RAP — Recycled Asphalt Pavement. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 20, 2012 Addendum No. 1 32 11 23 - 2 FLEXIBLE BASE COURSES Page 2 of 7 1 B. Reference Standards 2 1. Reference standards cited in this specification refer to the current reference standard 3 published at the time of the latest revision date logged at the end of this 4 specification, unless a date is specifically cited. 5 2. ASTM International (ASTM): 6 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 7 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 8 3. Texas Department of Transportation (TXDOT): 9 a. Tex- 104-E, Determining Liquid Limits of Soils 10 b. Tex-106-E, Calculating the Plasticity Index of Soils 11 c. Tex- 107-E, Determining the Bar Linear Shrinkage of Soils 12 d. Tex- 110-E, Particle Size Analysis of Soils 13 e. Tex- 116-E, Ball Mill Method for Determining the Disintegration of Flexible 14 Base Material 15 f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 16 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 17 Sulfate 18 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 ACTION SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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 [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS [NOT USED] 29 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. General 32 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 33 the Drawings and specifications. 34 2. Obtain materials from approved sources. 35 3. Notify City of changes to material sources. 36 4. The City may sample and test project materials at any time before compaction 37 throughout the duration of the project to assure specification compliance. 38 B. Aggregate 39 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 40 the requirements of Table 1. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 20, 2012 Addendum No. 1 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 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 2. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. Table 1 Material Reauirementc Property Test Method Grade 1 Grade 2 Master gradation sieve size % retained Tex- I10-E 2-1/2 in. - 0 1-3/4 in. 0 0-10 7/8in 10-35 - 3/8 in. 30-50 - No. 4 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, %max.2 Tex- 116-E 40 45 Wet ball mill, %max. increase passing the No. 40 sieve 20 20 Classification' Tex-117-E 1.0 1.1-2.3 Min. compressive strength', psi lateral pressure 0 psi lateral pressure 15 psi 45 175 35 175 1. Vetermme plastic mdex m accordance with Iex- lU"/-h (tmear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 Asphalt Resurfacing Contract 5 City Project No. 106166 Addendum No. 1 1 2 3 4 5 6 7 8 9 10 11 C. Water 32 11 23 - 4 FLEXIBLE BASE COURSES Page 4 of 7 a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. 12 1. Furnish water free of industrial wastes and other objectionable matter. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. General 20 1. Shape the subgrade or existing base to conform to the typical sections shown on the 21 Drawings or as directed. 22 2. When new base is required to be mixed with existing base: 23 a. Deliver, place, and spread the new flexible base in the required amount. 24 b. Manipulate and thoroughly mix the new base with existing material to provide 25 a uniform mixture to the specified depth before shaping. 26 B. Subgrade Compaction 27 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 28 following: 29 a. Proof Rolling 30 1) City Project Representative must be on -site during proof rolling operations. 31 2) Use equipment that will apply sufficient load to identify soft spots that rut 32 or pump. 33 a) Acceptable equipment includes fully loaded single -axle water truck 34 with a 1500 gallon capacity. 35 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 36 4) Offset each trip by at most 1 tire width. 37 5) If an unstable or non -uniform area is found, correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 40 2) Areas that are unstable or non -uniform 41 2. Installation of base material cannot proceed until compacted subgrade approved by 42 the City. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 20, 2012 Addendum No. 1 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 3.4 INSTALLATION 2 A. General 3 1. Construct each layer uniformly, free of loose or segregated areas, and with the 4 required density and moisture content. 5 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 6 shown on the Drawings or as directed. 7 3. Haul approved flexible base in clean, covered trucks. 8 B. Equipment 9 1. General 10 a. Provide machinery, tools, and equipment necessary for proper execution of the 11 work. 12 2. Rollers 13 a. The Contractor may use any type of roller to meet the production rates and 14 quality requirements of the Contract unless otherwise shown on the Drawings 15 or directed. 16 b. When specific types of equipment are required, use equipment that meets the 17 specified requirements. 18 c. Alternate Equipment. 19 1) Instead of the specified equipment, the Contractor may, as approved, 20 operate other compaction equipment that produces equivalent results. 21 2) Discontinue the use of the alternate equipment and furnish the specified 22 equipment if the desired results are not achieved. 23 d. City may require Contractor to substitute equipment if production rate and 24 quality requirements of the Contract are not met. 25 C. Placing 26 1. Spread and shape flexible base into a uniform layer by approved means the same 27 day as delivered unless otherwise approved. 28 2. Place material such that it is mixed to minimize segregation. 29 3. Construct layers to the thickness shown on the Drawings, while maintaining the 30 shape of the course. 31 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 32 courses of equal thickness. 33 5. Minimum lift depth: 3 inches 34 6. Control dust by sprinkling. 35 7. Correct or replace segregated areas as directed. 36 8. Place successive base courses and finish courses using the same construction 37 methods required for the first course. 38 D. Compaction 39 1. General 40 a. Compact using density control unless otherwise shown on the Drawings. 41 b. Multiple lifts are permitted when shown on the Drawings or approved. 42 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 43 material to the extent necessary to provide not less than the required density. 44 d. Compact the full depth of the subbase or base to the extent necessary to remain 45 firm and stable under construction equipment. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 20, 2012 Addendum No. 1 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 2. Rolling 2 a. Begin rolling longitudinally at the sides and proceed towards the center, 3 overlapping on successive trips by at least 1/2 the width of the roller unit. 4 b. On superelevated curves, begin rolling at the low side and progress toward the 5 high side. 6 c. Offset alternate trips of the roller. 7 d. Operate rollers at a speed between 2 and 6 mph as directed. 8 e. Rework, recompact, and refinish material that fails to meet or that loses 9 required moisture, density, stability, or finish before the next course is placed or 10 the project is accepted. 11 f. Continue work until specification requirements are met. 12 g. Proof roll the compacted flexible base in accordance with the following: 13 1) Proof Rolling 14 a) City Project Representative must be on -site during proof rolling 15 operations. 16 b) Use equipment that will apply sufficient load to identify soft spots that 17 rut or pump. 18 (1) Acceptable equipment includes fully loaded single -axle water truck 19 with a 1500 gallon capacity. 20 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 21 d) Offset each trip by at most 1 tire width. 22 e) If an unstable or non -uniform area is found, correct the area. 23 2) Correct 24 a) Soft spots that rut or pump greater than 3/4 inch. 25 b) Areas that are unstable or non -uniform. 26 3. Tolerances 27 a. Maintain the shape of the course by blading. 28 b. Completed surface shall be smooth and in conformity with the typical sections 29 shown on the Drawings to the established lines and grades. 30 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 31 inch in cross section in length greater than 16 feet measured longitudinally by 32 loosening, adding or removing material. Reshape and recompact by sprinkling 33 and rolling. 34 d. Correct all fractures, settlement or segregation immediately by scarifying the 35 areas affected, adding suitable material as required. Reshape and recompact by 36 sprinkling and rolling. 37 e. Should the subbase or base course, due to any reason, lose the required 38 stability, density and finish before the surfacing is complete, it shall be 39 recompacted at the sole expense of the Contractor. 40 4. Density Control 41 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 42 b. Moisture content: minus 2 to plus 4 of optimum. 43 E. Finishing 44 1. After completing compaction, clip, skin, or tight -blade the surface with a 45 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 46 2. Remove loosened material and dispose of it at an approved location. 47 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 48 tire roller until a smooth surface is attained. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 20, 2012 Addendum No. 1 32 11 23 - 7 FLEXIBLE BASE COURSES Page 7 of 7 1 4. Add small increments of water as needed during rolling. 2 5. Shape and maintain the course and surface in conformity with the typical sections, 3 lines, and grades as shown on the Drawings or as directed. 4 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 5 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 6 width of the cross-section. 7 7. Correct by loosening, adding, or removing material. 8 8. Reshape and recompact in accordance with 3 A.C. 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 QUALITY CONTROL 12 A. Density Test 13 1. City to measure density of flexible base course. 14 a. Notify City Project Representative when flexible base ready for density testing. 15 b. Spacing directed by City (1 per block minimum). 16 c. City Project Representative determines location of density testing. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 20, 2012 Addendum No. I 0011 13 INVITATION TO BIDDERS SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Pagel of 3 Electronic bids for the construction of 2026 Asphalt Resurfacing Contract 5 (CPN106166) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, DECEMBER 11, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: 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 Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised 2/08/24 0011 13 INVITATION 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 [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 66,000 SY 2" Surface Milling 66,000 SY 2" Asphalt Pavement Superpave SP-D 12,500 SY Concrete Panel Replacement 7,600 SY Asphalt Base Repair PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?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 Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: November 25, 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 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from user fees, bonds, grants, etc. and reserved by the City for the Project. ADVERTISEMENT DATES November 12, 2025 November 19, 2025 END OF SECTION CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: hgps://www.fortworthtexas. og v/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1.1. Paving — Requirements document located at: https:Happ-us3.e- builder.net/public/publicLanding.aspx?QS=4d008O4b 133b408a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding.aspx?QS=e43c423 9775f4b2583 552cO29c6a 1 ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https:Hgpp-us3.e- builder.net/public/publicLanding.aspx?QS=4fc66ff8c3 6c4c029d542d4e55114e8d 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 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. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right- of-way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https:Hfortworthtexas.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/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. 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. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at 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 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106166 Revised/Updated September 1, 2025 0035 13 CONFLICT OF INTEREST STATEMENT Page 1 of 9 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) s://www.ethics.state.tx.us/data/forms/conflict/CIS. ❑ 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: By: J. Barry Clark Signature: V�, 4f Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 5 Revised September 19, 2025 City Project No. 106166 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2026 Asphalt Resurfacing Contract 5 City Project No.: 106166 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 5 Revised 9/1912025 City Project No. 106166 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Paving Heavy Maintenance (&1,000,000 and OVER) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 5 Revised 9/19/2025 City Project No. 106166 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid Total Bid 7. Bid Submittal This Bid is submitted on 12-11-25 Respectfully sub d, By: C--- (Signa ure) J. Barry Clark (Printed Name) Title: President Company: Peachtree Construction, LTD. Address: 5801 Park Vista Circle Fort Worth, TX 76244 State of Incorporation: Texas Email: JBClark@peachtreecon.com Phone: 817-741-4658 END OF SECTION $4, 735, 024.00 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: /�... Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 5 Revised 9/19/2025 City Project No. 106166 00 42 43 BM PROPOSAL Page I of 1 SECTION 00 42 43 ._.PROPOSALfQF3M._ �+ This form is provided for reference only. p UNIT PRICE BID Please enter bid prices in the Bonfire bidtable. Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1 0170.0101 Specified Remobilization 01 70 00 EA 1 _ . 6,000.00 __ $6,000.00 2 0241.1000 Remove Cone Pvmt 0241 15 SY 12500 ....... 19.60 _1245 000.00 3 0241.1300 Remove Conc Curb & Gutter 0241 15 LF 300 5.50 $1,650.00 4 3216.0102 7" Concrete Curb & Gutter 32 16 13 LF 300 _ ry� 70.75 _ _ $21 2,25.00 5 0241.0401 Remove Concrete Drive 0241 13 SF 1500 3.25 _ 875.00 6 3213.04016" Concrete Driveway 321320 1 SF 1500 16.25 _.__$24,375.0_0 7 0241.0100 Remove Sidewalk 0241 13 SF 2000 2.15 4 300.00 8 3213.0301 4" Concrete Sidewalk 32 13 20 SF 2000 15.25 _ $30,500.00 _ 9 3212.0900 Asphalt Crack Sealant 32 12 73 GA 200 _ 45.00 9 000.00 10 3212,0600 HMAC Pavement LUevel- 32 16 16 TN 50 360.00 _ �17 500.00 11 3212.0401 HMAC Transition 32 12 16 TN 50 150.00 ___ 7 500.00 12 3212.0501 As halt Pvmt Type B (DG-B)(Base Repair) 32 12 16 CY 8001 365.00 $292,000.00 13 0241,1506 2" Surface Milling 0241 15 SY 66000 2.70 $1 78,200.00 14 3212.0304 2" Asphalt Pvmt Superpave SP-D 32 12 16 SY 66000 _ _ 16.50 1 089 000.00 15 3213.0102 7" Conc Pvmt 32 13 13 SY 11500 115.00 , 322,500.00 16 3213.0104 9" Conc Pvmt 32 13 13 SY 500 130.00 165,000.00 17 3213.0204 9" Conc Pvmt HES 3213 13 SY 500 _ _ 160.00 _ ___. 80 000.00 18 3349.5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 2 8,250.00 16 500.00 19 3349.6001 10' Recessed Inlet 33 49 20 EA 1 11,500.00 20 0241.0300 Remove ADARamp 0241 13 EA 26 225.00 $5 850.00 21 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 14 4,900.00 _ , _ $68 600.00 22 3213.0502 Barrier Free Ramp Type U-1 32 13 20 EA 2 5,450.00 ` 10 900.00 23 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 2 44 350.00 _8 700.00 24 3213.0504 Barrier Free Rainp, Type M-2 32 13 20 EA 2 4 350.00 __.,,_ 8 700.00 25 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 2_4350.00 _, 8 703.00 26 3213,0508 Barrier Free Ramp, Type C-1 32 13 20 EA 2 5,450.00 . 10,900.00 27 3213.0509 Barrier Free Ram , Type C-2 32 13 20 EA 2 5450.00 _10 9$00.00 28 3211.0112 Flexible Base, Type A, GR-1 32 11 23 CY 1000 113.00 $113,000.00 29 3123,0102 Unclassified Excavation 31 23 23 1 CY 1200 81.00 $97,200.00_ 30 3292.0100 Block Sod Re laceinent 3292 13 SY 100 55.00 $5,500.00 31 3292,4000 Seeding, H dromulch 32 92 14 SY 110001 1.40 $15,400.06 32 3291.0100 Topsoil 3291 19 CY 90078.00 $70,200.00 33 13217.0101611 SLD Pvmt Markin HAS 32 17 23 LF 17200 0.58 $9,976.00 34 3217.0102 6" SLD Pvmt Markin HAS (Y) 32 17 23 LF 18800 0.58 $10,904.00 35 3217.0113 Preformed Thermoplastic Contrast Markings - 6" Dashed 32 17 23 LF 6100 0.63 _ $3,843.00 36 3217.0403 18" SLD Pvmt Markin HAE Y) 32 17 23 LF 40 _ 6.95 $278.00 37 3217.0201 8" SLD Pvmt Markin HAS (W) 32 17 23 LF 5000 1.05 $5,250.00 38 3217.0504 Preformed Thermoplastic Contrast Markin - 24" Stop Bars 32 17 23 LF 500 11.50 $5,750.00 39 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 32 17 23 LF 1500 18.50 $27,750.00 40 3217.1002 Lane Legend Arrow 32 17 23 EA 40 _ 170.00 $6,800.00 41 3217.1004 Lane Legend Only 32 17 23 EA 30 210.00 $6,300.00 42 3217.5001 Curb Address Painting 32 17 25 EA 20 - 135.00 $2,700.00 43 3217.2101 Raised Marker TY I-C 32 17 23 EA 230 4.35 $1,000.50 44 3217.2103 REFL Raised Maeker TY II -A -A 32 1723 EA 150 �� 4.35 $652.50 45 3217.2104 REFL Raised Marker TY ll-C-R 32 1723 EA 700 4.35 $3,045.00 46 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 6 1,100.00 $6,600.00 47 3305.0112 Concrete Collar for Manhole 3305 17 EA 101 1,100.00 $71,000.00 48 3305.0117 Concrete Collar for Valve 3305 17 EA 10 1,100.00 $11,000.00 49 3471.0001 Traffic Control 3471 13 MO 6 20,000.00 $120,000.00 50 3471.0002 Portable Message Sign 3471 13 WK 24 1,500.00 $36,000.00 51 9999.0002 Base Repair - Cement Treatment (Plant Mixed) (Class L) TxDOT Item276 CY 1000 185.00 $185,000.00 52 9999.0003 9" Stamped Concrete TxDOT Item 528) 99 99 00 SY 1000 235.00 $235,000A0 53 9999.1000 Irrigation Adjustment & Landscape Repair Allowance 99 99 00 LS 1 35000 $35,000.00 54 9999.1003 Paving Construction Allowance 99 99 00 LS 1 1 _ 150000 $150,000.00 Total Bid $4,735,024.00 END OF SECTION CITY OF FORT WORTH Revised 9/19/2025 2026 Asphalt Resurfacing Contract 5 CityProjw No. 106166 Addendum No. 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, Peachtree Construction, Ltd. , known as "Bidder" herein and Travelers Casualty and Surety Company of America a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2026 Asphalt Resurfacing Contract 5 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 11th day of December 2025. PRINCIPAL: Peachtree Construction, Ltd. BY: .nature ATTEST: J. BARRY CLARK PRESIDENT Witness as t incipal Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 5 Revised 9/19/2025 City Project No. 106166 r 1, Witness as to Surety Brisa Reyes -Agent Attach Power of Attorney (Surety) for Attorney -in -Fact Address: 5801 Park Vista Cir. Keller, TX 76244 SURETY: Travelers Casualty and Surety Company of America BY: �ianature4 Teresa Ayala Atty-in-Fact Name and Title Address: 9601 McAllister Freeway suite 700 San Antonio, TX 78216 Telephone Number: 800-238-6225 00 43 13 BID BOND Page 2 of 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 5 Revised 9/19/2025 City Project No. 106166 Travelers Casualty and Surety Company of America Aftk Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ¢1� 'JR`4Y qq,a� 5 State of Connecticut By: City of Hartford ss. Robert L. Rane , enior vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. iP 0, N SC!w_ IN WITNESS WHEREOF, I hereunto set my hand and official seal. AA warnsfir � f My Commission expires the 30th day of June, 2026 °c i© Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 11th day of December , 2025 NpaWfyy�, a*,,sr gyo em* HARTFORD,CONK r aat Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, Please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power ofAttorney is attached. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: END OF SECTION By: J. Barry Clark . � 1, C-- ( ignature) Title: President Date: 12/11 /2025 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 5 Revised 9/19/2025 City Project No. 106166 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxperrn and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 END OF SECTION CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT Page 9 of 9 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Asphalt Paving Heavy Maintenance (&1,000,000 and OVER) Peachtree Construction, LTD. 10/2/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Peachtree Construction, LTD. 5801 Park Vista Circle Fort Worth, TX 76244 0 END OF SECTION By: J. a Clark (Signature) Title: President Date: t2-II-LS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 Asphalt Resurfacing Contract 5 Revised 09/19/2025 City Project No. 106166 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 004526- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page l of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 106166. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: PEACHTREE CONSTRUCTION,LTD. By: J. BARRY CLARK Company (Please Print) Signature: 5R01 PARK VISTA CIR. Si g Address KELLER, TX 76244 Title: PRESIDENT City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OFTARRANT § BEFORE ME, the undersigned authority, on this day personally appeared J. BARRY CLARK , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed ofPEACHTREE CONSTRUCTION, LTD. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDEP, MY HAND AND SEAL OF OFFICE this day of 2026 Janet Lynn Reiter * My Commission 8/2812027 ON#ftft xplres Notary ID 13035v671 Notary [CCPu 1' In and for the State of Texas * - - -- — — 1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2026 Asphalt Resurfacing Contract 5 City Project No. 106166 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 02/24/2026, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Peachtree Construction, Ltd., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2026 ASPHALT RESURFACING CONTRACT 5 CITY PROJECT NUMBER 106166 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, Seven Hundred Thirty -Five Thousand, Twenty -Four and 00/100 Dollars ($4,735,024.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 180 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. OFFICIAL RECORD CITY OF FORT WORTH CITY SECRETARY 2026 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 (effective September 1, 2025) FT. WORTH, TX 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) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. 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 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 (effective September 1, 2025) 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 (effective September 1, 2025) 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 (effective September 1, 2025) 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 7.14 Small Business Utilization. Contractor shall not make any unjustified changes to its small business utilization as presented on the Small Business Utilization Form. Contractor's failure to abide by the commitments presented on the form or intentional and/or knowing misrepresentation of material facts regarding small business utilization shall be disallowed from bidding on future City of Fort Worth public works contracts for a period of time of not less than one year. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 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: IP.,w J Barry Clark (Feb 11, 2026 17'.56,53 CST) Signature I Barry Clark (Printed Name) President Title 5801 Park Vista Circle Address Fort Worth, TX 76244 City/State/Zip 02/11/2026 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth By: 0�v Jesica McEachern Assistant City Manager 03/16/2026 4 �oon�Il Date r�s! �ORt *moo ate. 9 0 Attest:= oo: Jannette Goodall, City Secretary (Seal) M&C: 26-0142 Date: 02/24/2026 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. ZL.. Iretomlwa C! uyelu (Feb 12, 2026 08:41:33 CST) Iretomiwa Otuyelu, P.E. Project Manager Approved as to Form and Legality: W� Douglas Black (Mar 4, 2026 18:22:21 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: de.u....Z..n. Lauren Prieur (Mar 1, 2026 18:30:36 CST) Lauren Prieur, Director, Transportation and Public Works Department CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised September 19, 2025 (effective September 1, 2025) 1 2 3 4 5 6 7 8 SECTION 00 6113 PERFORMANCE BOND 006113-1 PERFORMANCE BOND Page 1 of 2 Bond #108262671 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Peachtree Construction, Ltd., known as "Principal" herein and Travelers Casualty and Surety Company of America , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Four Million, Seven 12 Hundred Thirty -Five Thousand, Twenty -Four and 00/100 Dollars ($4,735,024.00), lawful money 13 of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 14 well 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 24t1' day of February, 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 5, City Project Number 106166, 21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 22 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 23 perform the Work, including Change Orders, tinder 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 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 28 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 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 106166 Revised December 8, 2023 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 !II 0061 13 - 2 PERFORMANCE BOND Page 2 of2 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24th day of February 20 26 ATTEST: (Principal) Secretary 4Witneaso Principal � P Witness as to Sure PRINCIPAL: Peachtree Construction, Ltd. BY: gnature J. BARRY CLARK PRESIDENT Natne and Title Address: 5801 Park Vista Cir. Keller, TX 76244 SURETY: Travelers Casualty and Surety Company of America BY:� Signature U Teresa Ayala Atty-in-Fact Name and Title Address: 5057 Keller Springs Rd. Ste 200 Addison, TX 75001-5984 Telephone Number: 817-737-4943 Email Address: TEAyala@Acrisure.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 2026 Asphalt Resurfacing Contract 5 City Project No. 106166 0061 14 - 1 PAYMENTBOND Page 1 of 2 1 SECTION 00 6114 2 PAYMI NT BOND Bond # 108262671 3 4 TIIE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Peachtree Construction, Ltd., known as "Principal' herein, and 8 Travelers Casualty and Surety Company of America , a corporate surety 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, Seven Hundred Thirty -Five Thousand, Twenty Four and 00/100 Dollars ($4,735,024.00), 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, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 24t1i day of February, 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 as defined by law, in the prosecution of the Work as provided for in said Contract and designated 20 as 2026 Asphalt Resurfacing Contract 5, City Project Number 106166 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 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 8, 2023 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 24th day of 3 February 12026 4 5 6 7 8 9 10 IN 12 PRINCIPAL: Peachtree Construction, Ltd. ATTEST: BY: ) , C Signature J. BARRY CLARK PRESIDENT (Principal) Secretary 40m: Witness Vto Principal ATTEST: /3 (Surety) Secretary P Witness as to Sure Name and Title Address: 5801 Park Vista Cir. Keller, TX 76244 SURETY: Travelers Casualty and Surety Company of America BY: _ Signature Teresa Ayala Atty-in-Fact Name and Title Address: 5057 Keller Springs Rd. Ste 200 Addison. TX 75001-5984 Telephone Number: 817-737-4943 Email Address: TEAyala@Acrisure.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106166 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 SECTION 00 6119 MAINTENANCE BOND 006119-1 MAINTENANCE BOND Page I of 3 Bond # 108262671 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Peachtree Construction, Ltd., known as "Principal" herein and Travelers Casualty and Surety Company of America , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether orie 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, Seven Hundred Thirty -Five Thousand, Twenty -Four and 00/100 Dollars ($4,735,024.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, 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 24' day of February, 2026, which Contract is hereby referred to and a made part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 20 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 21 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 22 designated as 2026 Asphalt Resurfacing Contract 5, City Project Number 106166; and 23 24 WHEREAS, Principal binds itself to use such materials and to so constrict the Work in 25 accordance with the plans, specifications and Contract Documents that the Work is and will remain 26 free from defects in materials or workmanship for and during the period of two (2) years after the 27 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 28 29 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 30 receiving notice from the City of the need therefor at any time within the Maintenance Period. 31 CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 106166 Revised September 19, 2025 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH 2O26 Asphalt Resurfacing Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. 106166 Revised September 19, 2025 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 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24th day of February 2026 ATTEST: (Principal) Secretary 6kw#- WitnessYto Principal ATTEST: /3 (Surety) Secretary Witness as to Surety PRINCIPAL: Peachtree Construction, Ltd. BY: Signature J. BARRY CLARK • PRESIDENT Naive and Title Address: 5801 Park Vista Cir. Keller, TX 76244 SURETY: Travelers Casualty and Surety Company of America BY- Signahire Teresa Ayala Atty-in-Fact Naive and Title Address: 5057 Keller Springs Rd. Ste 2.00 Addison, TX 75001-5984 Telephone Number: 817-737-4943 Email Address: TEAyala(cbAcrisure.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 2026 Asphalt Resurfacing Contract 5 City Project No. 106166 Travelers Casualty and Surety Company of America Aftk Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. W-sep"att. �•�N'- iP eJP�1V AN, -l)Mae U � A CONN�' ,a,W, HARTfORD, 071G'iiU1t W State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. /w My Commission expires the 30th day of June, 2026* NOTARY {" `Dn w Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 24th day of February , 2026 F4M0. HARTFORD, [+N*= , aP. W CONN. i 6 y • ��`\ �Y �Naa f Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Pawer ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power ofAttorney is attached. IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates' toll - free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htti)://www.tdi.state.tx.us E-mail: ConsumerProtection(cbtdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed. 10.18.07 Flores, Sophia From: Carmichael, Robbie <RCARMICH@travelers.com> Sent: Thursday, February 12, 2026 4:42 PM To: Flores, Sophia Cc: Fields, Nicholas S Subject: Re: Verification of Bond#108262671 This message is from an external organization. This message came from outside your organization. Report Suspicious This is valid. Thank you! NO From: Flores, Sophia <Sophia.Flores2@fortworthtexas.gov> Sent: Thursday, February 12, 2026 4:17:52 PM To: Carmichael, Robbie <RCARMICH@travelers.com> Cc: Fields, Nicholas S <Nicholas.Fields@fortworthtexas.gov> Subject: [External] Verification of Bond#108262671 CAUTION: This email came from outside of the company. Please exercise caution when opening attachments, clicking links or responding to this email. The original sender of this email is Sophia.Flores2@fortworthtexas.gov. Hello, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Peachtree Construction Ltd.: Bond # 108262671, in the amount of $4,735,024.00, issued by Travelers Casualty and Surety Company of America for City Project #106166, 2026 Asphalt Resurfacing Contract 5. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Peachtree Construction Ltd. If this is not the right bond verification address, please provide for Travelers Casualty and Surety Company of America. Thank you, FORT WORTH, Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. © 0 0 This message (including any attachments) may contain confidential, proprietary, privileged and/or private information. The information is intended to be for the use of the individual or entity designated above. If you are not the intended recipient of this message, please notify the sender immediately, and delete the message and any attachments. Any disclosure, reproduction, distribution or other use of this message or any attachments by an individual or entity other than the intended recipient is prohibited. FORTWORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Peachtree Construction, Ltd. Subject of the Agreement: Authorize Execution of a Contract with Peachtree Construction, Ltd., in the Amount of $4,735,024.00 f or the 2026 Asphalt Resurfacing Contract 5 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 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 02/24/2026 Expiration Date: 02/23/2031 If different from the approval date. If applicable. Is a 1295 Form required? * Yes 8 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 106166 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the following order: rder: 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 FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2026 Asphalt Resurfacing Contract 5 M&C: 26-0142 CPN: 106166 CSO: DOC#: Date: To: Name Department Initials Date Out 1. Sophia Flores TPW - Review S-7/� 02/25/2026 2. Iretomiwa Otuyelu TPW-Approver J 0, 02/25/2026 3. 1 Donnette Murphy Risk -Approver oDM 02/25/2026 4. Patricia Wadsack TPW-Approver PLW 02/26/2026 5. Lauren Prieur TPW — Signer AM Lauren PH... 03/01 /2026 6. Lorita Lyles Legal - Approver . LL 03/02/2026 7. Douglas Black Legal -Signer iB ok 03/04/2026 8. Jesica McEachem ACM -Signer } 03/16/2026 9. Katherine Cenicola CSCO-Approver cc 03/16/2026 10. Jannette Goodall CSCO-Signer ,a; 03/16/2026 11. Allison Tidwell CSCO-Form Filler - 03/16/2026 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&fortworthtexas.gov. Thank you!