HomeMy WebLinkAboutContract 61167-FP1FORT WORTH,
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COM LETION
-FP1
City Secretary No--61167
Date Received: 5/1 /2025
City Project Ns: 105103
Re�ardin contract 61167 2024 Asphalt Resurfacinq Contract 3 for as required by the
TWIT5Oc RTATION ANb PUBLIC WORKS DEPARTM as approved by City Council on 1/30/2024 through
M&C 24-0092 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTM upon the
recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as
complete.
Original Contract Amount:
Amount of Approved Change Orders:
Revised Contract Amount:
Total Cost Work Completed:
Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed:
Less Previous Payments:
Final Payment Due
Pa-)Ylcia L. wadsgGk
Patricia L. Wadsack (Apr 30, 2025 14:58 CDT)
Recommended for Acceptance
Asst. Director, TPW - Capital Delivery
$ 3,227,789.00 Days 210
$ Ns Days Added by CO
Total Days
$ 2,725,096.08 Days Charged 195
Days @ $ / Day
$ 2,725,096.06
$ 2,588,841.24
$ 136,254.82
04/30/2025
Date
04/30/2025
Lauren Prieur (Apr 30, 2025 14:58 CDT) _
Accepted Date
Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
Op��'
Asst. City Manager
04/30/2025
Date
Comm nts: OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City Secretary Contract Number:
CS61167
Project:
105103-105103 - 2024 Asphalt Resurfacing Contract 3
Contract Name:
2024 Asphalt Resurfacing Contract 3
To:
PEACHTREE CONSTRUCTION LTD
5801 PARK VISTA CIR
KELLER,TX 76248
Supplier ID:
0000007231
Contract Summary:
1. Original Contract Amount
2. Net Change by Change Orders
3. Current Contract Amount (Line 1 +/- Lir
4. Total Completed and Stored to Date
(Progress Estimate, Construction Allow:
Change Orders)
5. Amount Retained (5.00%)
6. Amount Eligible to Date (Line 4—Line 5
7. Less Previous Payments (Line 6 from pri
8. Amount Due this Application
9. Balance to Finish, Plus Retainage
(Line 3 — Line 6)
10. Contract Time
a. Days Awarded
b. Days Added by Change Order
c. Total Contract Days Awarded
d. Days Charged this Invoice
e. Days Charged from Previous Im
f. Contract Days Remaining
Purchase Order:
FW020-0000011562
Invoice Number:
CS61167-09-FINAL+PAYAP-9
Invoicing Period (From —To):
03.01.2025to 03.01.2025
FORTWORTH.
TPW Construction Invoice
Payment Application Date:
03.26.2025
Estimate Number:
9
Project Manager:
Otuyelu,lretomiwa
Payment Approvals
Roles
Date:
Inspector:
& -i. Jik.
04.11.2025
Sr. Inspector:
" I&W.
04.15.2025
Project Manager:
04.15.2025
lw&.a" Otutd.
Contractors Certification:
$3,227,789.00 The Contractor certifies with the submittal of this document and associated Payment Request
$ .00 Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge:
$3,227,789.00
$2,725,096.08 (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on
account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for
Payment;
$ .02
$2,725,096.06 (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for
$2,588,841.24 Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are
$ 136,254.82 covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and
$ 502,692.94
(3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective.
210 Liquidated Damages @ S 650.00 x day
0
210 0 ✓/ Tay/Or
195 B Taylor (Apr 23, 2025 15:08 CDT)
15
Consent of Surety Page 1 of 4
Affidavit of Bills Paid
FORTWORTH,
TPW Construction Invoice
Funding Distribution:
Funding Identification (FIDs)
Amount Earned
Retainage (FIDs)
Retainage
Amount to Pay
30100-0200431-5740010-105103-006280-9999
$ 00
30100-2060000-105103-RETAIN
$ 136,254.82
$ 136,254.82
Contract Bid Items:
A
B
C
D
E
F
G
H
I
J
K
Bid Item
Description
Spec.
UoM
Bid
Unit Price
Bid Value
Estimated
Value this
Previously
Previously
Materials
Total
Retainage this
%
Balance to
No.
Section
Quantity
Quantity
Period
Installed
Installed
Presently
Completed and
Period
(H/B)
Finish
No.
Installed this
Quantity
Value
Stored
Stored to Date
(B-H)
Period
(not in F)
(D+F+G)
Unit1.001
0135.0201 REMOBILIZATION
EA
1
$ 500.00
$ 500.00
0.0000
$
.00
0.0000
$ .00
$
.00
$ .00
$
.00
0.00%
$ 500.00
Unit 1.002
0241.1300 Remove Conc Curb
LF
2,500
$ 4.40
$ 11,000.00
0.0000
$
.00
5,756.9000
$ 25,330.36
$
.00
$ 25,330.36
$
.00
230.28%
$- 14,330.36
& Gutter
Unit 1.003
3216.0102 7" Concrete Curb &
LF
2,500
$ 50.60
$ 126,500.00
0.0000
$
.00
5,903.9000
$ 298,737.34
$
.00
$ 298,737.34
$
.00
236.16%
$-172,237.34
Gutter
Unit1.004
0241.0401 Remove Concrete
SF
3,500
$ 3.30
$ 11,550.00
0.0000
$
.00
8,116.3900
$ 26,784.08
$
.00
$ 26,784.08
$
.00
231.90%
$- 15,234.08
Driveway
Unit 1.005
3213.0401 6" Concrete
SF
3,500
$ 13.48
$ 47,180.00
0.0000
$
.00
8,116.3900
$ 109,408.93
$
.00
$ 109,408.93
$
.00
231.90%
$- 62,228.93
Driveway
Unit 1.006
0241.0100 Remove Sidewalk
SF
2,100
$ 2.75
$ 5,775.00
0.0000
$
.00
5,086.9400
$ 13,989.08
$
.00
$ 13,989.08
$
.00
242.24%
$- 8,214.08
Unit 1.007
3213.0301 4" Concrete
SF
2,100
$ 12.93
$ 27,153.00
0.0000
$
.00
5,150.9400
$ 66,601.65
$
.00
$ 66,601.65
$
.00
245.28%
$- 39,448.65
Sidewalk
Unit 1.008
0241.1400 Remove Concrete
SY
200
$ 27.50
$ 5,500.00
0.0000
$
.00
12.7800
$ 351.45
$
.00
$ 351.45
$
.00
6.39%
$ 5,148.55
Valley Gutter
Unit 1.009
3216.0301 7" Concrete Valley
SY
200
$ 137.50
$ 27,500.00
0.0000
$
.00
383.3130
$ 52,705.54
$
.00
$ 52,705.54
$
.00
191.66%
$- 25,205.54
Gutter
$ 1,100.00
$ 1,980.00
$ 33,000.00
$ 25,740.00
0.0000
0.0000
Unit 1.010
0241.0300 Remove ADA Ramp
EA
EA
30
13
$ .00
14.0000
$ 15,400.00
$ .00
$ 15,400.00
$ .00
46.67%
$ 17,600.00
Unit 1.011
3213.0501 Barrier Free Ramp,
$ .00 6.0000
$ 11,880.00
$ .00
$ 11,880.00
$ .00
46.15%
$ 13,860.00
Type P-1
3213.0505 Barrier Free Ramp,
EA
$ 2,090.00
$ 4,180.00
0.0000
$
.00
2.0000
Unit1.012
2
$ 4,180.00
$ .00
$ 4,180.00
$ .00
100.00%
$ .00
Type M-3
3213.0506 Barrier Free Ramp,
EA
$ 3,960.00
$ 59,400.00
0.0000
$
.00
8.0000
Unit 1.013
15
$ 31,680.00
$ .00
$ 31,680.00
$ .00
53.33%
$ 27,720.00
Type R-1
$ 125.00
$ 62,500.00
0.0000
$
.00
0.0000
Unit1.014
3212.0600 Asphalt Pavement
TN
500
$ .00
$ .00
$ .00
$ .00
0.00%
$ 62,500.00
Page
2 of 4
FORT WORTH.
TPW Construction Invoice
A
I
E
F
G
H
I
J
K
Bid Item
Description
Spec.
UOM
Bid
Unit Price
Bid Value
Estimated
Value this
Previously
Previously
Materials
Total
Retainage
this
%
Balance to
No.
Section
Quantity
Quantity
Period
Installed
Installed
Presently
Completed and
Period
(H/B)
Finish
No.
Installed this
Quantity
Value
Stored
Stored to Date
(B-H)
Period
(not in
F)
(D+F+G)
Level -Up
CY
300
$ 450.00
$ 135,000.00
0.0000
$
.00
24.2200
$ 124,101.00
Unit 1.015
3124.0101 Asphalt Pavement
$ 10,899.00
$ .00
$ 10,899.00
$ .00 8.07%
Base Repair
SY
124,100
$ 3.35
$ 415,735.00
0.0000
$
.00
101,604.900
$ 75,358.59
Unit1.016
0241.1506 2" Surface Milling
$ 340,376.41
$ .00
$ 340,376.41 $ .00 81.87%
SY
124,100
$ 15.77
$1,957,057.00
0.0000
$
.00
0
101,604.900
$1,602,309.27
$
.00
81.87%
Unit1.017
3212.0302 2" Asphalt Pvmt
$1,602,309.27
$ .00
$ 354,747.73
Type D
0
$ .00
$
.00
0.00%
Unit 1.018
3212.0601 HMAC Speed
EA 3 $ 2,800.00
$ 8,400.00 0.0000 $ .00 0.0000
$ .00
$ .00
$ 8,400.00
Cushion
SY
EA
CY
100
2
200
$ 53.15
$ 1,380.00
$ 64.00
$ 5,315.00
$ 2,760.00
$ 12,800.00
0.0000
0.0000
0.0000
$
$
$
.00
.00
.00
200.8330
0.0000
0.0000
$
.00
$ 10,674.27
$ .00
$ .00
$
$
$
.00
.00
.00
200.83%
0.00%
0.00%
Unit 1.019
9999.0000 Site Clearing
3110.0102 6"-12" Tree Removal
$ 10,674.27
$- 5,359.27
Unit 1.020
$ .00
$ .00
$ 2,760.00
Unit 1.021
3123.0101 Unclassified
$ .00
$ .00
$ 12,800.00
Excavation
SY
300
$ 19.80
$ 5,940.00
0.0000
$
.00
1,375.0000
Unit 1.022
3292.0100 Block Sod
$ 27,225.00
$ .00
$ 27,225.00
$ .00
458.33%
$- 21,285.00
Replacement
Cy
LF
150
100
$ 66.00
$ 1.30
$ 9,900.00
$ 130.00
0.0000
0.0000
$
$
.00
.00
210.0000
0.0000
Unit 1.023
3291.0100 Topsoil
$ 13,860.00
$ .00
$ 13,860.00
$ .00
140.00%
$- 3,960.00
Unit 1.024
3217.0101 6"SLD Pvmt
$ .00
$ .00
$ .00
$ .00
0.00%
$ 130.00
Marking HAS (W)
LF
15,600
$ .80
$ 12,480.00
0.0000
$
.00
19,896.0000
Unit1.025
3217.0102 6"SLD Pvmt
$ 15,916.80
$ .00
$ 15,916.80
$ .00
127.54%
$- 3,436.80
Marking HAS (Y)
LF
3,950
$ .80
$ 3,160.00
0.0000
$
.00
4,060.0000
Unit1.026
3217.0103 6" BRK Pvmt
$ 3,248.00
$ .00
$ 3,248.00
$ .00
102.78%
$- 88.00
Marking HAS (W)
LF
200
$ 2.70
$ 540.00
0.0000
$
.00
587.0000
Unit 1.027
3217.0201 8" SLID Pvmt
$ 1,584.90
$ .00
$ 1,584.90
$ .00
293.50%
$- 1,044.90
Marking HAS (W)
LF
450
$ 23.00
$ 10,350.00
0.0000
$
.00
333.0000
Unit1.028
3217.0502 Preformed
$ 7,659.00
$ .00
$ 7,659.00
$ .00
74.00%
$ 2,691.00
Thermoplastic Contrast
Markings - 24" Crosswalk
LF
100
$ 24.00
$ 2,400.00
0.0000
$
.00
_
240.0000
Unit 1.029
3217.0504 Preformed
$ 5,760.00
$ .00
$ 5,760.00
$ .00
240.00%
$- 3,360.00
Thermoplastic Contrast
Marking - 24" Stop Bars
EA
EA
4
4
$ 195.00
$ 216.00
$ 780.00
$ 864.00
0.0000
0.0000
$
$
.00
.00
45.0000
2.0000
Unit 1.030
3217.1002 Lane Legend Arrow
$ 8,775.00
$ .00
$ 8,775.00
$ .00
1125.00%
$- 7,995.00
Unit 1.031
3217.1004 Lane Legend Only
$ 432.00
$ .00
$ 432.00
$ .00
50.00%
$ 432.00
Page 3 of 4
FORT WORTH.
TPW Construction Invoice
A
B
D
E
F
G
H
I
J
K
Bid Item
Description
Spec.
UoM
Bid
Unit Price
Bid Value
Estimated
Value this
Previously
Previously
Materials
Total
Retainage this
%
Balance to
No.
Section
Quantity
Quantity
Period
Installed
Installed
Presently
Completed and
Period
(H/B)
Finish
No.
Installed this
Quantity
Value
Stored
Stored to Date
(B-H)
3217.5001 Curb Address
EA
30
$ 75.00
Period
(not in F)
(D+F+G)
$- 5,325.00
Unit 1.032
$ 2,250.00
0.0000
$ .00
101.0000
$ 7,575.00
$ .00
$ 7,575.00
$ .00 336.67%
Painting
3217.2001 Raised Marker TY W
3217.2002 Raised Marker TY Y
3217.2103 REFL Raised Marker
EA
EA
EA
50
50
200
$ 6.00
$ 6.00
$ 6.00
0.0000
0.0000
$ 300.00
Unit1.033
$ 300.00
0.0000
$ .00
$ .00
$ .00
$ .00
$ .00
$ .00
$ .00
$ .00
$ .00 0.00%
$ .00 0.00%
Unit1.034
$ 300.00
0.0000
$ 300.00
$- 1,488.00
Unit 1.035
$ 1,200.00
0.0000
$ .00
448.0000
$ 2,688.00
$ .00
$ 2,688.00 $ .00 224.00%
TY l l-A-A
3217.2104 REFL Raised Marker
EA
200
$ 6.00
495.0000
$ 2,970.00
$ .00
247.50%
Unit1.036
$ 1,200.00
0.0000
$ .00
$ 2,970.00
$ .00
$- 1,770.00
TY l l-C-R
3305.0108 Miscellaneous
EA
1
$ 10,000.00
0.6095
$ 6,095.00
$ .00
60.95%
Unit 1.037
$ 10,000.00
0.0000
$ .00
$ 6,095.00
$ .00
$ 3,905.00
Structure Adjustment
3305.0107 Manhole
EA
7
$ 1,550.00
$
.00
0.0000
$ .00
$ .00
$ .00
0.00%
Unit 1.038
$ 10,850.00
0.0000
$ .00
$ 10,850.00
Adjustment, Minor
3305.0111 Valve Box
EA
5
$ 970.00
$ 4,850.00
$
.00
0.0000
$ .00
$ .00
$ .00
0.00%
$ 4,850.00
Unit 1.039
0.0000
$ .00
Adjustment
3471.0002 Portable Message
WK
30
$ 525.00
0.0000
$
.00
0.0000
Unit 1.040
$ 15,750.00
$ .00
$ .00
$ .00 $ .00
0.00%
$ 15,750.00
Sign
9999.0096 Paving Construction
0
Unit 1.041
$ 150,000.00
0.0000
$ .00
0.0000
$ .00
$ .00
$ .00 $ .00
0.00%
$ 150,000.00
Allowance
$3,227,789.00
$ 0.00
$2,725,096.08
$ 0.00
$2,725,096.08 $- 136,254.82
84.43%
$ 502,692.92
Page 4 of 4
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
April 3, 2025
Peachtree Construction
5801 Park Vista Circle
Fort Worth, Tx 76244
RE: Acceptance Letter
Project Name: 2024 Asphalt Resurfacing Contract 3
Project Type: Asphalt Resurfacing
City Project No.: 105103
To Whom It May Concern:
On February 5, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on April 3, 2025. The final inspection and
the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is
therefore accepted by the City. The warranty period will start on April 3, 2025, which is the date of the
punch list completion and will extend of two (2) years in accordance with the Contract Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at 682-
444-8921.
Sincerely,
Iretomi`wa Otuyelu, Project Manager
Zelalem Arega, Program Manager
Cc: YBrandon Gibson, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Zelalem Arega, Program Manager
City of Fort Worth, Consultant
Peachtree Construction, Contractor
NA, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.8/20/19
Bond #107908207
CONSENT OF
OWNER
SURETY COMPANY
ARCHITECT
❑
TO FINAL PAYMENT
CONTRACTOR ❑
Conforms with the American Institute of
SURETY
Architects, AIA Document G707
OTHER
❑
PROJECT: 2024 Asphalt Resurfacing Contract 3 City Project # 105103
City of Fort Worth
TO (Owner) 200 Texas St.
Fort Worth, TX 76102
ARCHITECT'S PROJECT NO.
CONTRACT FOR: Construction
CONTRACTDATE: January 30, 2024
CONTRACTOR: Peachtree Construction, Ltd.
In accordance with the provisions of the Contract between the Owner and the Contractor as above, the
Travelers Casualty and Surety Company of America
9601 McAllister Freeway, Suite 700, San Antonio, TX 78216 SURETY COMPANY,
on bond of
Peachtree Construction, LTD.
5801 Park Vista Cir,, Keller, TX 76248
,CONTRACTOR,
hereby approves of the final payrnent to the Contractor, and agrees that fi nal payment to the Contractor shall not relieve
the Surety Company of any of its obligations to
City of Fort Worth
200 Texas St. , Fort Worth, TX 76102 OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
the Surety Company has hereunto set its hand this2l st day of April 2025
S rety Company
P
Witness: I-� SignaturcofAuthorized epresentative
Tyne�Ageni Teresa Ayala Atty-in-Fact
NOTE: This form is to be used as a companion document to AIA DOCUML:NT GID6, CONTRACTOR'S AFFIDAVIT OF PAYMENT
OF DEBTS AND CLAIMS,
Current Edition
00438 ] 2/00
ONE PAGE
Travelers Casualty and Surety Company of America
AW 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.
ppyyry,+,, Op G�w
M W kAMbF1DK
COHH.
State of Connecticut
City of Hartford ss.
By:
!Robert L. Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal
My Commission expires the 30th day of June, 2026
S
ft�
WZ4 (/
'
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 Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 21st day of April 2025
warmlo�
RrroiVA
iirro�sGp�: r� i
�/Lr
`et H,a 4 Kev n E. Hughes, ASsiSecretary
To verify the authenticity of this Power ofAttomAy, olease callus at 1-so0-42Z-3880,
Please refer to the above -named Attorney(sj-in-Fact and the details of the bond to which this Power of Attorney is attached
I!, MI i ♦�
STATE OF Texas
COUNTY OF Tarrant
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Brendan Taylor,
Project Manager Of Peachtree Construction, Ltd., known to me to be a
credible person, who being by me duly sworn, upon his oath deposed and
said;
That all persons, firms, associations, corporations, or other
organizations furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
2024 Asphalt Resurfacing Contract 3 - City Project #105103
BY
Brendan Taylor, Project Manager
Subscribed and sworn before me on this date 17 of April, 2025.
ahK
Notar^blic
County, State
` Janet Lynn Reiter- r 5
My Commission Expires
* 8/28/2027
Notary ID 130350671