HomeMy WebLinkAbout060923-FP1 - Construction-Related - Contract - Peachtree Construction Ltd.FORTWORTHo
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
-FP1
City Secretary No:
60923
Date Received: 03/04/2026
City Project No: 104935
Regarding Contract 60923
2024 Asphalt Resurfacing Contract 1
,
Transportation & Public Works Department as approved by City Council on 1/23/24
foras required bythe
through M&C 24-0030
the Director of the Transportation & Public Works Department, upon the recommendation of the Assistant Director
of the Transportation & Public Works Department, has accepted the project as complete.
Original Contract Amount: $5,253,445.70 Days 210
Amount of Approved Change Orders: $584,600.00 No2 Days Added by CO 306
Revised Contract Amount: $5,838,045.70 Total Days 516
Total Cost of Work Completed: �4,560,106.34 Days Charged 516
Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
Total Deduction Amount:
Total Cost of Work Completed:
Less Previous Payments:
Final Payment Due:
Days @
$ 0.00
$4,560,106.34
($ 4,332,101.01)
$ 228,005.33
Pa.tv�ici�. L. Wa,ris�►,r.(c
Pa��ca L. VVaC�sac� (��ar 5. Lf]L6 17�.52:52 (:ST�
Recommended for Acceptance
Assistant Director, Transportation & Public Works - Capital Delivery
����
Lauren Prieur (Mar 4, 2026 09�.1�:�5 CST)
/Day = � 0.00
03/03/2026
Date
03/04/2026
Accepted Date
Director, Transportation & Public Works
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FaRT VV��TH��a
TPW Construction Invoice
City Secretary Contract Number:
C560923
Project:
104935 - 104935 - 2024 Asphalt Resurfacing Contract 1
Contract Name:
2024 Asphalt Resurface Contr 1
To:
PEACHTREE CONSTRUCTION LTD
5801 PARK VISTA CIR
KELLER,TX 76244
SupplierlD:
0000007231
Contract Summary:
1. Original Contract Amount
2. Net Change by Change Orders
3. Current Contract Amount (Line 1+/- Line 2J
4. Total Completed and Stored to Date
(Progress Estimate, Construction Allowance, and
Change Orders)
5. Amount Retained (5.00%)
6. Amount Eligible to Date (Line 4— Line 5)
7. Less Previous Payments (Line 6 from prior Invoice)
8. Amount Due this Application
9. Balance to Finish, Plus Retainage
(Line 3 — Line 6J
10. ContractTime
a. Days Awarded
b. Days Added by Change Order
c. Total Contract Days Awarded
d. Days Charged this Invoice
e. Days Charged from Previous Invoice(s)
f. Contract Days Remaining
Purchase Order:
NON-PO
Invoice Number:
CS60923-022-FINAL+GS-C-1
Invoicing Period (From —To):
NA to NA
$5,253,445.70
$ 584,600.00
$5,838,045.70
$4, 560,106.34
$0.00
$4,560,106.34
$4,332,101.01
$228,005.33
$1,277,939.40
210
306
516
0
516
0
Payment Application Date:
01.20.2026
Estimate Number:
21
Project Manager:
Hafez, Marwan
Roles
Inspector:
�evui �ac(aaors
Sr.lnspector:
.G�oante �i�t2
Project Manager:
Contractors Certification:
Payment Approvals
Date:
01.28.2026
01.28.2026
The Contractor certifies with the submittal of this document and associated Payment Request
Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge:
(1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on
account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for
Payment;
(2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for
Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are
covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and
(3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective.
Liquidated Damages @$ 650.00 x day
�1��
J Barry Clark (Feb 27, 2026 13�38�55 CST)
Page 1 of 5
FaRTVV��TH�
TPW Construction Invoice
Funding Distribution:
Funding Identification (FIDs)
30100-0200431-5740010-104935-006280-9999
Cantract Bid Items:
Bid Item Description
No.
Unit 0135.0201 Remobilization
I.001
Unit 0241.1300 Remove Conc Curb
1.002 & Gutter
Unit 3216.0102 7" Conc Curb and
1.003 Gutter
Unit 0241.0401 Remove Concrete
1.004 Driveway
Unit 3213.0401 6" Conc Driveway
I.005
Unit 0241.0100 Remove Sidewalk
1.006
Unit 3213.03014" Conc Sidewalk
1.007
Unit 3213.0322 Conc Curb at Back
1.008 of Sidewalk (6 To 12 Inch Max)
Unit 3232.0100 Conc Ret Wall
1.009 Adjacent to Sidewalk (2 Ft To 4
Ft)
Unit 0241.1400 Remove Conc Valley
I.O10 Gutter
Unit 3216.0301 7" Conc Valley
1.011 Gutter
Amount Earned Retainage (FIDs)
$ .00 Insert appropriate retainage FIDs
Retainage Amount to Pay
Calc Manually °O Calc Manually °°
A B C D E F G H I J K
Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
Ea i S i,000.o0 5 i,000.00 o.0000 5 0o s.0000 5 s,000.00 S o0 5 s,000.o0 5 0o soo.00i S- a,000.00
LF 62S $ 2.20 $ 5,781.60 0.0000 $ .00 4,397.6500 $ 9,674.54 $ .00 $ 9,674.84 $ .00 167.34% $- 3,893.24
LF 628 $ 64.00 $ 168,192.00 0.0000 $ .00 4,397.6500 $ 281,449.60 $ .00 $ 281,449.60 $ .00 167.34% $-113,257.60
SF 2,030 $ 2.20 $ 11,066.00 0.0000 $ .00 9,036.2500 $ 19,879.82 $ .00 $ 19,879.82 $ .00 179.65% $- 8,813.82
SF 2,030 $ 17.50 $ 88,025.00 0.0000 $ .00 9,036.2800 $ 155,134.93 $ .00 $ 158,134.93 $ .00 179.65% $- 70,109.93
SF 100 $ 2.20 $ 220.00 0.0000 $ .00 415.4850 $ 914.07 $ .00 $ 914.07 $ .00 415.49% $- 694.07
SF 100 $ 11.00 $ 1,100.00 0.0000 $ .00 370.1300 $ 4,071.43 $ .00 $ 4,071.43 $ .00 370.13% $- 2,971.43
LF 10o S as.00 S a,soo.00 o.0000 5 .00 o.0000 5 .o0 5 .o0 5 .o0 5 .00 o.00i 5 a,soo.00
sF 10o S zs.00 5 z,aoo.00 o.0000 5 00 0.0000 5 0o S o0 5 00 5 00 o.00i 5 z,soo.00
SY 157 $ 20.00 $ 3,140.00 0.0000 $ .00 199.3000 $ 3,986.00 $ .00 $ 3,986.00 $ .00 126.94% $- 846.00
SY 157 $ 183.00 $ 28,731.00 0.0000 $ .00 1993000 $ 36,471.90 $ .00 $ 36,471.90 $ .00 126.949� 5- 7,740.90
Page 2 of 5
FaRTVV��TH�
TPW Construction Invoice
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 Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
Unit 0241.0300 Remove ADA Ramp SF 1,236 $ 2.20 $ 2,719.20 0.0000 $ .00 894.4700 $ 1,967.54 $ .00 $ 1,967.84 $ .00 72.37% $ 751.36
1.012
Unit 3213.0501 Barrier Free Ramp, SF 100 $ 53.00 $ 5,300.00 0.0000 $ .00 164.0000 $ 8,692.00 $ .00 $ 8,692.00 $ .00 164.00% S- 3,392.00
1.013 Type R-1
Unit 3213.0503 Barrier Free Ramp, SF 266 $ 53.00 $ 14,098.00 0.0000 $ .00 349.2800 $ 18,511.84 $ .00 $ 18,511.84 $ .00 131.31% $- 4,413.84
1.014 Type M-1
Unit 3213.0504 Barrier Free Ramp, SF 100 $ 53.00 $ 5,300.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,300.00
1.015 Type M-2
Unit 3213.0506 Barrier Free Ramp, SF S50 $ 53.00 $ 29,150.00 0.0000 $ .00 603.3200 $ 31,975.96 $ .00 $ 31,975.96 $ .00 109.69% $- 2,825.96
1.016 Type P-1
Unit 3213.0506 Barrier Free Ramp, SF 220 $ 53.00 $ 11,660.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 11,660.00
1.017 Type P-2
Unit 3212.0600 Asphalt Pavement TN 70 $ 160.00 $ 11,200.00 0.0000 $ .00 127.0600 $ 20,329.60 $ .00 $ 20,329.60 $ .00 181.51% $- 9,129.60
IA18 Level - Up
Unit 3124.0101 Asphalt Pavement CY 3,715 $ 355.00 $1,034,825.00 0.0000 $ .00 663.8600 $ 235,670.30 $ .00 $ 235,670.30 $ .00 22.77% $ 799,154.70
1.019 Base Repair
Unit 3212.0900 Crack Sealing of GA 500 $ 75.00 $ 37,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 37,500.00
1.020 Existing Pavement
Unit 0241.1506 2" Surface Milling SY 183,663 $ 3.05 $ 504,357.15 0.0000 $ .00 130,975.96 $ 399,476.68 $ .00 $ 399,476.68 $ .00 79.21% $ 104,880.47
1.021 00
Unit 3212.0302 2" Asphalt Pvmt SY 183,663 $ 15.25 $2,419,610.75 0.0000 $ .00 123,419.11 $1,882,141.43 $ .00 $1,852,141.43 $ .00 77.79% $ 537,469.32
1.022 Type D 00
Unit 9999 7" Remove Concrete SY 100 $ 45.00 $ 4,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 4,500.00
1.023 Pavement
Unit 3211.0122 Flex Base, Type A, CY 100 $ 55.00 $ 8,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 8,500.00
1.024 Gr-2
Unit 3110.0102 24-Inch and Larger, EA 1 $ 3,600.00 $ 3,600.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,600.00
1.025 Tree Removal
Unit 3110.0102 6"-12" Tree Removal EA 2 $ 1,075.00 $ 2,150.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,150.00
1.026
Unit 3123.0101 Unclassified CY 80 $ 85.00 $ 6,800.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 6,800.00
1.027 Excavation
Unit 3292.O100BlockSod SY 3,350 $ 19.00 $ 63,650.00 0.0000 $ .00 580.1000 $ 11,021.90 $ .00 $ 11,021.90 $ .00 17.32% $ 52,628.10
1.028 Replacement
Unit 3217.5001 Curb Address EA 30 $ 80.00 $ 2,400.00 0.0000 $ .00 68.0000 $ 5,440.00 $ .00 $ 5,440.00
$ .00 226.67% $- 3,040.00
Page 3 of 5
FaRTVV��TH�
TPW Construction Invoice
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 Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
1.029 Painting
Unit 3291.O100Topsoil CY 100 $ 80.00 $ 8,000.00 0.0000 $ .00 50.0500 $ 4,004.00 $ .00 $ 4,004.00 $ .00 50.05% $ 3,996.00
1.030
Unit 3217.0101 6" Sld Pvmt Marking LF 100 $ 3.40 $ 340.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 340.00
1.031 HAS (W)
Unit 3217.0102 6" Sld Pvmt Marking LF 100 $ 3.40 $ 340.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 340.00
1.032 HAS (Y)
Unit 3217.0501 24" Sld Pvmt LF 120 $ 17.00 $ 2,040.00 0.0000 $ .00 1,059.0000 $ 18,003.00 $ .00 $ 18,003.00 $ .00 882.50% $- 15,963.00
1.033 Marking HAE (W)
Unit 3217.2001 Raised MarkerTY W EA 100 $ 5.50 $ 550.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 550.00
1.034
Unit 3217.2103 Refl Raised Marker EA 100 $ 6.80 $ 680.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 680.00
1.035 TY II-A-A
Unit 3217.2104 Refl Raised Marker EA 100 $ 6.80 $ 680.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 680.00
1.036 TY II-C-R
Unit 3305.0108 Miscellaneous LS 1 $ 25,000.00 $ 25,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 25,000.00
1.037 Adjustment (Utilities)
Unit 3305.0111 Water Valve Box EA 3 $ 550.00 $ 2,550.00 0.0000 $ .00 2.0000 $ 1,700.00 $ .00 $ 1,700.00 $ .00 66.67% $ 850.00
1.038 Adjustment (With Steel Riser)
Unit 3305.0112 Water Valve Box EA 20 $ 550.00 $ 17,000.00 0.0000 $ .00 47.0000 $ 39,950.00 $ .00 $ 39,950.00 $ .00 235.00% $- 22,950.00
1.039 Adjustment (With Concrete
Riser)
Unit 3312.2003 1-Inch Standard EA 1 $ 225.00 $ 225.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 225.00
1.040 Plastic Meter Box
Unit 3312.2003 1-Inch Standard EA 1 $ 450.00 $ 450.00 0.0000 $ .00 1.0000 $ 450.00 $ .00 $ 450.00 $ .00 100.00% $ .00
1.041 Concrete Meter Box
Unit 3349.0107 Manhole EA 3 $ 1,150.00 $ 3,450.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,450.00
1.042 Adjustment (With Steel Riser)
Unit 3305.0112 Manhole EA 20 $ 1,150.00 $ 23,000.00 0.0000 $ .00 59.0000 $ 67,850.00 $ .00 $ 67,850.00 $ .00 295.00% $- 44,850.00
1.043 Adjustment (With Concrete
Collar)
unit 3305.0108 Miscellaneous En i S s,soo.00 5 s,soo.00 o.0000 5 00 0.0000 5 0o S o0 5 00 5 00 o.00i, s s,soo.00
1.044 Structure Adjustment (5' Storm
Drain InletTop)
Page 4 of 5
FaRTVV��TH�
TPW Construction Invoice
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 Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
u��t 3305.0108 Miscellaneous Ea i $ s,soo.00 $ s,soo.00 o.0000 5 00 0.0000 5 0o S oo S oo S o0 o.00i S a,soo.00
1.045 StructureAdjustment(10'
Storm Drain Inlet Top)
Unit 3346.0101 6" Perforated LF 100 $ 32.00 $ 3,200.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,200.00
1.046 Subdrain Pipe
Unit 3471.0002 Portable Message WK 40 $ 900.00 $ 36,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 36,000.00
1.047 Sign
Unit 9999.0000 Site Clearing SY 100 $ 45.00 $ 4,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 4,500.00
1.048
Unit 9999.0096 Paving Construction 0 $ 100,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 100,000.00
1.049 Allowance
Unit 0241.1700 11" Pavement SY 0 $ 10.35 $ 258,750.00 0.0000 $ .00 29,051.170 $ 300,679.61 $ .00 $ 300,679.61 $ .00 116.20% $- 41,929.61
I.OSO Pulverization 0
Unit 3212.0303 3" Asphalt Pvmt SY 0 $ 26.76 $ 669,000.00 0.0000 $ .00 29,238.460 $ 782,421.19 $ .00 $ 782,421.19 $ .00 116.95% $- 113,421.19
I.OSl Type D 0
Unit 3211.0600 CEM-LIME, 32 Ibs/sy TN 0 $ 453.10 $ 181,240.00 0.0000 $ .00 464.0000 $ 210,238.40 $ .00 $ 210,238.40 $ .00 116.00% $- 28,998.40
1.052
Unit Unclassified Excavation as CY 0 $ 34.50 $ 5,175.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,175.00
1.053 needed
$5,838,045.70 $ 0.00 $4,560,106.34 $ 0.00 $4,560,106.34 $- 78.11% $1,277,939.3
228,005.33 6
Page 5 of 5
FORTWORTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2024 Asphalt Resui•facing Conti•act 1— CO1
M&C: 24-0979 CPN: 104935 CSO: 60923 DOC#: 1
Date: 11/13/2024
� To:
I 1
2
3
I 4
I 5
I 6
7
I g
� 9
10
11
12
Name
Sophia Flores (BSP)
J Barry Clark/Peachtree Construc.
Steven Wester (Inspector)
Marwan Hafez (PM)
Zelalem Arega (PGM)
Mary Hanna (SCPO)
Patricia Wadsacic (AD)
Lauren Prieur (Director)
Doug Blacic (ACA)
Jesica McEachern (ACM)
Jamiette Goodall (CS)
TPW Contracts
Department
TPW
Vendor
TPW
TP W
TP W
TPW
TPW
TPW
Legal
CMO
CSO
TPW
Initials
�
TBC
,e�
�
/� N
�A
��s yV
PL1N'
�
�E,�
c�n
��;�
Date Out
Nov 14, 2024
N ov 14, 2024
Nov 14, 2024
Nov 14, 2024
Nov 14, 2024
Nov 14, 2024
Nov 15, 2024
N ov 17, 2024
Nov 18, 2024
Nov 21, 2024
Nov 21, 2024
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts
l�LSO LISi: - Bus Spp1: SoDhia Flores; P�g Dlgr: Zelalenr AreQa; Sr CPO: h�lary Hanna
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City
Departmenls requesting City Manager's signatw�e 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: ❑YL:S ❑No
ROUTING TO CSO: �YES ❑No
NEXT DAY: ❑YES �No
Action Requii•ed: ❑ Attach Signatu►•e, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ Fi1e
Return To: Please notify TPWContracts(aforhvorthtexas.�ov for picicup when complete. Call ext. 7233 or ext.
8363 with questio►�s. Thanlc you!
CSC No. 60923-CO1
FOR_ _ T WORTH, City of Fort Worth
�'�'� Change Order Request
Projecl Namel 2024 Asphalt Resurfacing Contract 1
Client Project #(s)I 104935
I Cily Sec # I 60923
Project Descriptionl S�reel pavement rehabilitation on approximately 21.9 lane miles and repiacing damaged curb and gutter, driveways, and non-complianl ADA ramps.
Contractor� Peachtree Construction, Ltd.
City Project Mgcl Manvan Ha(ez
Dept. TPW
Original Conlract Amount $5,253,445.70
Exlras to Date
Credits to Date
Pending Change Orders (in M&C Process)
� Change0rder#I 1 �
I City Inspeclorl
Datel 1 111 312 0 24
Steven Wesler
Contract Time
Totals (CD)
�5,253,445.70 210
ConUact Cost �o Date $5,253,44570 $5,253,44570 210
�Amount of Proposed Change Order 5584,600,00 $584,600.00 110
Revised Conlract Amount �55,838,045J0 $5,838,045.70 320
Original Funds Available for Change Orders $262,672.00 $262,672.00
Remaining Funds Available for lhis CO $262,672.00 $262,672.00
Additional Funding (if necessary) $321,928.00 $321,928.00
CHANGE ORDERS fo DATE (INCLUDING THIS ONEJ AS % OF ORIGINAL CONTRACT � 11.13% �
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $6,566,807.13
� JUSTIFICATION (REASONS) FOR CHANGE ORDER I
This change order will add new 6id items for (ull-deplh reclamation wilh 3" asphalt overlay on 25,000 SY of pavement and reduce the 2" mill and overlay bid items quantities. A
reassessment of street condilions revealed that several streets exhibited extensive cracking and base failure, rendering them unsuitable for the planned mill and overlay
treatment. Therefore, staK recommended modi(ying ihe scope of work for these sireets. Additionally, field evalualions during conslruction identified mulliple areas where curb
and gutter, driveways, and valley gutters have insufficient slopes for proper drainage or show significant damage. This change order vrill address lhese issues by increasing the
quantities for concrete replacement on curh and gufler, driveways, antl valley gutters. Based on a comparison with similar projecls, the Ciry agrees ihat fhe price for the new bid
ilems is fair and reasonable.
The staff supports the conlraclors request for an addilional 110 days. This extension accounts for the necessary time to route and approve the change order fhrough the M8C
process, as well as the additional time required by the contractor to complete the expanded scope o(work. This added duration ensures all necessary approvals are in place
and allows the contractor sufficient time to complete the work.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full
(both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that
he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements.
� Contractors Company Name ConVactor (Name) Contract Signature Date �
IPeachtree Conslruction, Lld. J. Barry Claric �=«�� Nov ia, zo�a �
�Inspectodlnspection Supervisor Date Prolect and Contract Compliance Manaper Date I
Nov 14, 2024 Nov 14, 2024 i
I ragram Manager Date Senior �apital Project Officer � Date
�e�Q�QN� /� I��Q Nov 14, 2024 lyi:... NoV 14, 2024 �
�Assistanl Director (Depl) Date Di�ector, ConUacting Depariment (Dept) � Date j
� P. s---�.. / a/d.��6 Nov 15, 2024 �� Nov 17, 2024 �
�Assistant Cily Attorney Dale IAssistaM C'dy Manager � Date �
I' Q�G Nov 18, 2024 ���-�-� Nov 21, 2024 I
� Council Aclion (if required) �
M&C Number I 24-0979 I M&C Date Approved I 11112I2024I
ATTEST:
��.
�. �..,
Jannette Goodall, Ciry Secretary
FORT W(1RTH
'T'
Project Name � 2024 Asphall ResuAacing Contracl i
Client Project k � 104935
CoNractorl Peachtree Cansiruction, Lld.
ITEM DESCRIPTION
2 0241.1300 Remove Conc Curb 8 Guller
3 3216.0102 7° Conc Curb and Gutler
4 0241.0401 Remove Concrele Driveway
5 3213.0401 6" Conc Driveway
50-new 0241.17�0 11' Pavemenl Pulverizalion
51-new 3212.0303 3' Asphall Pvmt Type D
52-new 3211.0600 CEM-LIME, 321bslsy
53-new Unclassified Ezcavalion as needed
City of Fort Worth
Change Order Additions
� City Sec # � 60923 �
I
IPMI Manvan Hafez I Inspeclorl Steven Wesler I
Change 0rder Submitlal # �1 Dale � 11/1312024 �
ADDITIONS
DEPT Q�( Unit UnitCost Total �
TPW 2,000.00000000 LF $220 $4,400.00'
TPW 2,000.00OOW06 LF 564.00 5128,00O.00j
TPW 3,000.00000000 SF $2.20 56,600.001
TPW 3,000.00000000 SF 517.50 552,500.00�
TPW 25,000.00000000 SY 510.35 5258,750.00�
TPW 25,000.00000000 SY $26.76 �669,000.00
TPW 400.00000000 TN 5453.10 5181,240.00
TPW 150.00000000 CY 534.50 55,175.00
I TFW
I Sub Total Additions
I
1
I
1
I
1
1
I
1
1
i
1
I
1
1
i
i
1
I
I
1
i
1
i
1
1
i
i
i
1
1
1
1
1
�
1
i
1
�
$1,305,665.00 �
�
�
$1,305,665.00'
Change Order Additions Page 2 of 4
roHr *c�K� H
Projed Name � 2024 Asphalt Resudacing Contracll
CCent PwJeU # � 104935
Conuactorl Peachtree Construction, Lid.
IIEM
21
22
19
UtSCftll'l IUN
0241.1506 2" Sudace Milliqp
3212.0302 2' Asphalt PvmE 7ype D
3124.0101 Asphall Pavement Base Repair
City of Fort Worth
Change Order Deletions
� Ciry Sec q � 60923 �
I
IPMI Manvan Hafez I InspeGorl Steven Wester I
Change Order Submittal iJ O Oale 11I1312024
DE .ETIONS
- UtPI � Gity � unit � undCosl J lotal
TPW 18,300.00000000 SY �3.05 555,815.00
TPW 25,000.00000000 SY $15.7$ 5381,250.00
TPW 800.04000000 CY $355.00 5284,000.00
TPW
I
I
� Sub Iotalueletions
Change Order Deletions Page 3 of 4
5721,065.00
s�zi,use.uu
M/SBE Sub
Westhill Construction
Total
Previous Change Orders
Co # I DATE � AMOUNT
MISBE for this Change Order
I Type of Service � Amount for this CO �
Concrete repairs, curb & gutter, antl driveways $35,076.00
Total
$35,076.00
1
$0.00
M&C Review
CITY COUNCIL AGENDA
Create New From This M&C
DATE
CODE
11/12/2024 REFERENCE **M&C 24- LOG NAME
NO.: 0979
C TYPE: CONSENT PUBLIC
HEARING:
Page 1 of 2
Official site of the City of Fort Wortfi, Texas
rOR7' �'�'URTI I
��
202024 ASPHALT
RESURFACING CONTRACT
NO. 1 — C01
f�[7
SUBJECT: (CD 7) Authorize Execution of Change Order No. 1, in the Amount of $584,600.00 and the
Addition of 110 Calendar Days to the City Secretary Contract No. 60923 with Peachtree
Construction, LTD for the 2024 Asphalt Resurfacing Contract No. 1 Resulting in a Revised
Contract Amount of $5,838,045.70
RECOMMENDATION:
It is recommended that the City Council authorize execution of Change Order No1, in the amount of
$584,600.00, and the addition of 110 calendar days to the City Secretary Contract No. 60923 with
Peachtree Construction Ltd. for the 2024 Asphalt Resurfacing Contract No. 1 resulting in a revised
contract amount of $5,838,045.70 (City Project No. 104935).
DISCUSSION:
On January 23, 2024, with Mayor & Council Communication (M&C) 24-0030, the City Council
authorized a contract with Peachtree Construction Ltd. in the Amount of $5,253,445.70 for the 2024
Asphalt Resurfacing Contract No. 1(City Project No. 104935) at various locations.
The original scope for this project was to perform a 2-inch mill and overlay on all streets, with limited
replacement of concrete driveways, curbs, and gutters. However, during construction, a
reassessment revealed that several streets exhibited extensive cracking and base failure, rendering
them unsuitable for the planned mill and overlay treatment. Therefore, staff recommends modifying
the scope of work to full-depth reclamation for these streets.
Additionally, field evaluations during construction identified multiple areas where curb and gutter,
driveways, and valley gutters have insufficient slopes for proper drainage or show significant damage.
This change order will address these issues by increasing the quantities for concrete replacement.
The staff has reviewed and verified the quantities for the additional work under this change order No.
1. In addition, to complete this work, the staff recommends extending the contract time by 110
calendar days.
The following table summarizes previous contract action and change orders:
Construction Contract
Original Contract Amount (M&C 24-0030)
Change Order No. 1
Revised Contract Amount
Date
01 /23/2024
This M&C
il Amount �
�� $5,253,445.70�
�I $584,600.00I
�� $5,838,045.70�
This change order will have no impact on the Transportation and Public Works Department's annual
operating budget. Funding is budgeted on the Transportation and Public Works Department's General
Capital Projects Fund for the purpose of funding the 2024 Asphalt Resurfacing Contract No. 1 project,
http://apps.cfwnet.org/council_pacicet/mc_review.asp?ID=32685&councildate=ll / 12/2024 11 /8/2024
M&C Review
as appropriated.
Page 2 of 2
M/WBE OFFICE — Peachtree Construction, Ltd. agrees to maintain its initial M/WBE commitment of
6\% that it made on the original contract and extend and maintain that same M/WBE commitment of 6\
% to this first change order. Therefore Peachtree Construction, Ltd. remains in compliance with the
City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous
M/WBE Commitment form executed by an authorized representative of its company.
This project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATIONICERTIFICATION:
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 2024 Asphalt Resurface Contr 1 project to
support the approval of the above recommendation and the execution of the change order. Prior to
any expenditure being incurred, the Transportation & Public Works Department has the responsibility
to validate the availability of funds.
TO
I Fund I Department I Account I Project I Program I Activity I Budget I Reference # I Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
I ID ID Year (Chartfield 2)
Submitted for Citv Manaqer's Office bv: Jesica McEachern (5804)
Oriqinatinq Department Head:
Additional Information Contact:
Lauren Prieur (6035)
Monty Hall (8662)
ATTACHMENTS
104935 Form 1295 C01.pdf (CFW Internal)
104935-CO#1 Compliance Memo.pdf (CFW Internal)
104935-CO#1-PBS.pdf (CFW Internal)
202024 ASPHALT RESURFACING CONTRACT NO. 1— C01.docx (CFW Internal)
CPN 104935-CO#1-SAM REPORT.pdf (CFW Internal)
CPN104935 CO#1 M&C FID TABLE.XLSX (CFW Internal)
CPN104935 M&C Map AsphaltResurfacinqCo1.pdf (Pub�ic)
littp://apps.cfwnet.org/council�acicet/mc_review.asp?ID=32685&councildate=ll /12/2024 11 /8/2024
_ _ _ • _ .__ ,. .. _ y _,,. �
104935-CNCO-2024 Asphalt Resurfacing
Contract 1 — C01
Final Audit Report 2024-11-20
Created: 2024-11-14
By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
Status: Canceled / Declined
Transaction ID: CBJCHBCAABAAWI4hHIPz97fRNbwuSahoHDH41peNLpZK
"104935-CNCO-2024 Asphalt Resurfacing Contract 1— C01" Hi
story
� � Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2024-11-14 - 1:34:56 AM GMT- IP address: 204.10.90.100
��. Document emailed to sophia.flores2@fortworthtexas.gov for filling
2024-11-14 - 1:38:17 AM GMT
� Document emailed to J Barry Clark Qbclark@peachtreecon.com) for signature
2024-11-14 - 1:38:18 AM GMT
�;� Document emailed to Steven Wester (steven.wester@fortworthtexas.gov) for signature
2024-11-14 - 1:38:18 AM GMT
�-; Document emailed to Marwan Mohamed Saad Hafez (marwan.hafez@fortworthtexas.gov) for signature
2024-11-14 - 1:38:19 AM GMT
`�+ Email viewed by sophia.flores2@fortworthtexas.gov
2024-11-14 - 1:38:44 AM GMT- IP address: 108.200.157.4
; � Emaii viewed by J Barry Clark Qbclark@peachtreecon.com)
2024-11-14 - 3:57:35 AM GMT- IP address: 172.226.81.29
`a' � Email viewed by Steven Wester (steven.wester@fortworthtexas.gov)
2024-11-14 - 12:46:53 PM GMT- IP address: 47.37.91.249
�,, Document e-signed by Steven Wester (steven.wester@fortworthtexas.gov)
Signature Date: 2024-11-14 - 12:47:42 PM GMT - Time Source: server- IP address: 47.37.91.249
�`i Email viewed by Marwan Mohamed Saad Hafez (marwan.hafez@fortworthtexas.gov)
2024-11-14 -1:24:16 PM GMT- IP address: 204.10.90.100
FORTWORTH, Poweredby
� Adobe
Acrobat Sign
_ „_ _ ...__. — � .� .��_, _,_ _ , � _�,... _- -- , ,.. _ — _ .. _.--- - -- f'
�'� Document e-signed by Marwan Mohamed Saad Hafez (marwan.hafez@fortworthtexas.gov)
Signature Date: 2024-11-14 - 1:24:27 PM GMT - Time Source: server- IP address: 204.10.90.100
CS'�, Document e-signed by J Barry Clark (jbclark@peachtreecon.com)
Signature Date: 2024-11-14 - 3:24:49 PM GMT - Time Source: server- IP address: 47.190.61.6
�'�. Signer sophia.flores2@fortworthtexas.gov entered name at signing as Sophia Flores
2024-11-14 - 4:35:19 PM GMT- IP address: 204.10.90.100
c�'� Form filled by Sophia Flores (sophia.flores2@fortworthtexas.gov)
Form filling Date: 2024-11-14 - 4:35:21 PM GMT - Time Source: server- IP address: 204.10.90.100
r- � Document emailed to Zelalem Arega (Zelalem.Arega@fortworthtexas.gov) for signature
2024-11-14 - 4:35:24 PM GMT
; o Email viewed by Zelalem Arega (Zelalem.Arega@fortworthtexas.gov)
2024-11-14 -10:03:02 PM GMT- IP address: 99.150.144.50
d�, Document e-signed by Zelalem Arega (Zelalem.Arega@fortworthtexas.gov)
Signature Date: 2024-11-14 - 10:03:17 PM GMT - Time Source: server- IP address: 99.150.144.50
�{ Document emailed to Mary Hanna (Mary.Hanna@fortworthtexas.gov) for signature
2024-11-14 -10:03:20 PM GMT
'� � Email viewed by Mary Hanna (Mary.Hanna@fortworthtexas.gov)
2024-11-14 -10:15:28 PM GMT- IP address: 204.10.90.100
CS'� Document e-signed by Mary Hanna (Mary.Hanna@fortworthtexas.gov)
Signature Date: 2024-11-14 - 10:16:01 PM GMT -Time Source: server- IP address: 204.10.90.100
�--': Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature
2024-11-14 -10:16:04 PM GMT
h, Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L.
Wadsack
2024-11-15 - 9:52:11 PM GMT- IP address: 204.10.90.100
6'C Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov)
Signature Date: 2024-11-15 - 9:52:13 PM GMT - Time Source: server- IP address: 204.10.90.100
�-�'� Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature
2024-11-15 - 9:52:15 PM GMT
t�'�: Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov)
Signature Date: 2024-11-17 - 3:41:25 PM GMT - Time Source: server- IP address: 76.227.105.128
FORTWORTH, Poweredby
� Adobe
Acrobat Sfgn
� ,_ ..�� _ �W�; , _ „ , _� _ ., � , _ �__.,
� Document emailed to Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) for approval
2024-11-17 - 3:41:28 PM GMT
��-�1 Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) added alternate approver Andrea
Munoz (Andrea,Munoz@fortworthtexas.gov). The original approver Priscilla Ramirez
(Priscilla.Ramirez@fortworthtexas.gov) can still approve.
2024-11-18 - 4:12:54 PM GMT- IP address: 204.10.90.100
C': Document emailed to Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) for approval
2024-11-18 - 4:12:54 PM GMT
'� i Email viewed by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2024-11-18 - 4:14:49 PM GMT- IP address: 204.10.90.100
d: Document approved by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
Approval Date: 2024-11-18 - 4:14:56 PM GMT - Time Source: server- IP address: 204.10.90.100
r': Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature
2024-11-18 - 4:14:57 PM GMT
�5'e, Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov)
Signature Date: 2024-11-18 - 10:41:00 PM GMT - Time Source: server- IP address: 204.10.90.100
�_' Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature
2024-11-18 - 10:41:03 PM GMT
, � Email viewed by Jesica McEachern (jesica.mceachern@fortworthtexas.gov)
2024-11-20 - 9:29:31 PM GMT- IP address: 204.10.90.100
u
i'�" Document canceled by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2024-11-20 - 10:17:58 PM GMT- IP address: 204.10.90.100
0
�
f'ORTw�RTHy Poweredby
�--v.�—� Adobe
1 Acrobat Sign
.. , .� �� - � iiii�. ii i - �� i i�i ._� i
104935-CNCO-2024 Asphalt Resurfacing
Contract 1 — C01 �
Final Audit Report 2024-11-21
Created: 2024-11-21
By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
Status: Signed
Transaction ID: CBJCHBCAABAA73d60tKKMwj44o6rxi10yD70SCsNT406
' "104935-CNCO-2024 Asphalt Resurfacing Contract 1— C01" Hi �
Istory
�
I i�:k Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2024-11-21 - 1:29:16 PM GMT- IP address: 204.10.90.100
� C'� Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature �
� 2024-11-21 - 1:33:24 PM GMT
I
i
; �',� Document e-signetl by Jesica McEachern (jesica.mceachern@fortworthtexas.gov)
Signature Date: 2024-11-21 - 4:13:29 PM GMT - Time Source: server- IP address: 208.184.124.181
• �� Document approval automatically delegated to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) by
Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov)
2024-11-21 - 4:13:31 PM GMT
C', Document emailed to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) for approval
2024-11-21 -4:13:31 PM GMT
� w Document emailed to Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) for approval
2024-11-21 - 4:13:32 PM GMT
(`,� Document approved by Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov)
Approval Date: 2024-11-21 - 4:14:52 PM GMT - Time Source: server- IP address: 208.184.124.181
�� Document signing automatically delegated to Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) by
Jannette Goodall (jannette.goodall@fortworthtexas.gov)
2024-11-21 - 4:14:54 PM GMT
�� Document signing automatically delegated to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) by
Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov)
2024-11-21 - 4:14:54 PM GMT
FORT WORTH, �owered by
� Adobe
Acrobat Sig�
�.r� _ ._ . � — - �- — �- —
C'y Document emailed to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) for signature
2024-11-21 - 4:14:55 PM GMT
c'-� Document emailed to Jannette Goodall (jannette.goodall@fortworthtexas.gov) for signature
2024-11-21 - 4:14:55 PM GMT
�-�� Document emailed to Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) for signature
2024-11-21 - 4:14:55 PM GMT
6"o Document e-signed by Jannette Goodall (jannette.goodall@fortworthtexas.gov)
Signature Date: 2024-11-21 - 5:24:57 PM GMT - Time Source: server- IP address: 208.184.124.181
�� Form filling automatically delegated to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) by Allison
Tidwell (allison.tidwell@fortworthtexas.gov)
2024-11-21 - 5:24:58 PM GMT
C'-� Document emailed to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) for filling
2024-11-21 - 5:24:59 PM GMT
�� Document emailed to Allison Tidwell (allison.tidwell@fortworthtexas.gov) for filling
2024-11-21 - 5:24:59 PM GMT
Cy, Form filled by Allison Tidwell (allison.tidwell@fortworthtexas.gov)
Form filling Date: 2024-11-21 - 10:19:35 PM GMT - Time Source: server- IP address: 208.184.124.181
t� � Agreement completed.
2024-11-21 - 10:19:35 PM GMT
I''ORT WORTHS P�wered by
� Adobe
Acrobat Sign
FORTWORTHo
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2024 Asphalt Resurfacing Conti•act 1— CO2
M&C:
1 Date:
� To:
1
I 2
I 3
I 4
S
I 6
I �
8
I 9
10
I 11
� 12
24-0979 CPN: 104935
8/18/2025
Name
Sophia Flores (BSP)
J Barry Clark/Peachtree Construc.
Kevin Jackson (Inspector)
Marwan Hafez (PM)
Zelalein Arega (PGM)
Maiy Hanna (SCPO)
Patricia Wadsacic (AD)
Lauren Prieur (Director)
Doug Blacic (ACA)
Jesica McEachein (ACM)
Jarulette Goodall (CS)
TPW Contracts
CSO: 60923 DOC#: CO#2
Department
TPW
Vendor
TPW
TPW
TPW
TPW
TPW
TPW
Legal
CMO
CSO
TPW
Initials
.�-
r ,
.�—
N►1
�
3,� �
pL1N'
X,ev
�� :,
C�►1�
,�id e� a,:,
Date Out
Sep 11, 2025
Sep 12, 2025
Sep 11, 2025
Sep 12, 2025
Sep 19, 2025
Sep 22, 2025
Sep 22, 2025
Sep 22, 2025
Sep 23, 2025
Sep 24, 2025
Sep 25, 2025
CC: Program Manager, Sr. CPO, TPW BSPAP Recou Team, TPW Records Room, TPW Conh•acts
ALSO Llsf: - Bus Sppt: Sophia Flores; Pig Mgr: Zelule»1 Arepa: Sr CPO: �YInr1� Hanna
DOCUn1ENTS i+OR CiTI' MANAGER'S SIGNATURE: All documents received from any and all City
Depart►nents rec�uesting City Manager's signature for appi•oval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed tl�e routing slip, Jay will review and
take the next steps,
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAn�IE DAY: ❑YES ❑No
ROUTING TO CSO: �Y�S ❑No
N�XT DAY: ❑YES �No
Action Required: ❑ Attach Signature, Initial and Notary 7'abs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPV1'Contracts�forhvorthtexas.gov for picicup �vhen coinplete. Call ext. 7233 or ext.
8363 �vitli questions. Thanlc you!
CSC No. 60923-0O2
FORT WORTH..
�
Projecl Name� 2024 Asphalt Resurfacing Contract 1
Client Project #i(sjl 104935
Project Description�
Contractor�
City Project Mgc�
City of Fort Worth
Change Order Request
I Ciry Sec # I 60923
Street pavement rehabililation on approximately 21.9 lane miles and replacing damaged curb and gutter, driveways, and non-compliant ADA ramps.
Peachtree Construction, Ltd. I Change Order#
Manvan Hafez
Dept.
Original Contracl Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
ConUact Cost to Dale
�Amount of Proposed Change Order
Revised Contract Amounl
Original Funds Availabie for Change Orders
Remaining Funds Available for this CO
Addifional Funding (i( necessaryj
TPW
$5,253,44570
�584,600.00
y�5,838,04570
ad,u �.
�u'S,83i�045./�
��b1,6y�.au
�0.00
I Datel 811 812 0 2 5
Cily Inspectorl Kevin Jackson
Contract Time
Totals (CD
$5,253,445.70 10
$584,600.00 110
55,838,04570
$5,838,04570
$zs�,s�z.00
320
196
516
CHANGE ORDERS fo DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CON7RACT 11.13%
MAX ALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST + 25%) $6,566,807.13
JUSTIFICATION (REASONS) FOR CHANGE ORDER
This Change Orde�# 2 adds an additional 196 calendar days to the contract time due to construction conflicts and the additional scope to the project.
t- Developer Project Conilict on Peppertree Lane (additional 184 days)
Work on Peppertree Lane (Panay Way to Little Fox Drive) was delayed because a separate developer project had to complete sewer line construction hefore ihe Cily's paving
work could begin. This overlap in construction activilies prevented our coniractor from moving fonvard as originally scheduled. The developer started construclion on November
18, 2024, and completed it on August 3, 2025. The additional days for this conFlict are def ned as tollows: 143 days (21112025 - 612312025) for Developer to complete the sewer
line consiruction; 32 days (612412025 - 712512025) for our contraclor to complete pulverization, Cem-lime material delivery, and asphalt pavement overlay; 9 days (7126/2025 -
81312025) for developer to complete curb and gutter placement and concrete collars.
2-Additional 2.02 Lane Miles (additional 12 days)
While the project was underway, adjoining street segments were evaluated and found to be in poor condition. To provide consistent pavemenl quality and reduce the need for
future repairs, the addilional work has been completed using available contract quantilies and does not significantly change the overall project scope. All works associated with
these addilional segments were completed on 811512025, adding 12 days (81412025 - 811512025) to this change order.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in futf
(both time and money) for all costs arising out of, or inciden[al to, the above Change Order. The Project/Program Manager signing below acknowledges that
he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements.
ContractorsCom an Name Conlractor Name ConhaclSi nalure Dale
Peachtree ConsUuction, Ltd. J. Barry Clark ,���' . Sep 12, 2025
u�:.
r.wbem►
Dale Pi
11, 2025 ,
19, 2025
and Coniract
Sep 22, 2025
'" "'=`' k Sep 22, 2025 Sep 22, 2025
„c�.,,
Assistanl Ci Attorne Date Assistant Cit Mana er Date
'_Q�G __ Sep 23, 2025 ,�4�� �::_ , Sep 24, 2025
Council Action (ii required)
M&C Number I N/A I M8C Date Approved IN/A �
Oate
12,2025
ATTEST:
,� ..a �a.W
Jannette Goodall, City Secretary
F��er Woe'rH City of Fort Worth
—�'!'� Change Order Additions
Project Name � 2024 Asphall Resudadng Contract 1 � City Sec N � 60923 �
Client ProJecl # � 104935 �
CoNrac�orl PeachUee Constructlon, Ltd. I PMI Maro�an Hafez I Inspectorl Kevin Jackson I
Change Order Submittal M � Date 8/1812025
I ITEM
ADDITIONS
DESCRIPTION ' DEPT � Qty ' Unit UnilCost
TFW
I Sub Tolal Additions
Total �
30.00 �
1
�
I
I
1
I
i
1
1
I
1
1
I
I
1
1
1
1
1
1
1
i
�
1
1
1
i
1
1
1
�
I
�
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
i
i
1
i
�
so.00 j
�
�
�
50.00 �
Change Order Additions Page 2 of 4
FURT WORTH City of Fort Worth
� Change Order Deletions
Projecl Name � 2024 Asphalt ResuAadng Contract 1 � City Sec k � 60923 �
Client ProJect # � 104935 �
ConUaclorl PeachUee Construction, Ltd. I PMI Manvan Hafez I Inspeclorl Kevin Jackson I
Change Order Submitlal t! �2 Date 8/1812025
DELETIONS
IItM " UESCftIPiION ' UtPI ' 4ty ' Unit ' Unitc;ost ' lotal
S0.00
�
TPW $0.00
Sub Total Delelions 50.00
Change Order Deletions Page 3 of 4
NIA
I
MISBE for this Change Order
MISBE Sub � Type of Service
co #
1
Previous Change Orders
I DATE I
1111312024
Total
Amount for this CO
$0.00
Total $0.00 �
AMOUNT �
$584,600.00
$584,600.00 1
i_ , _ ,. �.
104935-CNCO-2024 Asphalt Resurfacing
Contract 1 — CO2
Final Audit Report 2025-09-30
Created: 2025-09-11
By:
Status:
Transaction ID:
Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
Signed
CBJCHBCAABAAZhhh1-CI5E_LkNOG4SCBZxSjEnebFNpU
"104935-CNC0-2024 Asphalt Resurfacing Contract 1— CO2" Hi
sto ry
'�` i Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2025-09-11 - 7:00:10 PM GMT- IP address: 204.10.90.100
�, Document emailed to sophia.flores2@fortworthtexas.gov for filling
2025-09-11 - 7:16:25 PM GMT
�'� Document emailed to J Barry Clark (jbclark@peachtreecon,com) for signature
2025-09-11 - 7:16:26 PM GMT
�'-► Document emailed to Kevin Jackson (kevin.jackson@fortworthtexas.gov) for signature
2025-09-11 - 7:16:26 PM GMT
`� :i Email viewed by Kevin Jackson (kevin.jackson@fortworthtexas.gov)
2025-09-11 - 7:16:35 PM GMT- IP address: 62.10.205.4
'� Email viewed by J Barry Clark (jbclark@peachtreecon.com)
2025-09-11 - 7:17:35 PM GMT- IP address: 47.190.61.6
6"Q Document e-signed by Kevin Jackson (kevin.jackson@fortworthtexas.gov)
Signature Date: 2025-09-11 - 7:18:31 PM GMT - Time Source: server- IP address: 166.205.58.2
�`.1 Email viewed by sophia.flores2@fortworthtexas.gov
2025-09-11 - 7:57:37 PM GMT- IP address: 104.47.64.254
IbQ Signer sophia.flores2@fortworthtexas.gov entered name at signing as Sophia Flores
� 2025-09-11 - 7:59:58 PM GMT- IP address: 204.10.90.100
1
C��; Form filled by Sophia Flores (sophia.flores2@fortworthtexas.gov)
Form filling Date: 2025-09-11 - 8:00:00 PM GMT - Time Source: server- IP address: 204.10.90.100
I FORTWORTH� °otNe"•dby
� Adobe
Acrobat Sign
�. ..,,�. _ _ _ . . _ _ .. �
�
- �� — -� - -
R
6'� Document e-signed by J Barry Clark (jbclark@peachtreecon.com)
Signature Date: 2025-09-12 - 5:45:40 PM GMT - Time Source: server- IP address: 174.255.148.92
�'� Document emailed to Gary Deyon (Gary.Deyon@fortworthtexas.gov) for signature
2025-09-12 - 5:45:43 PM GMT
�;: Document emailed to Marwan Hafez (marwan.hafez@fortworthtexas.gov) for signature
2025-09-12 - 5:45:43 PM GMT
`�`� Email viewed by Marwan Hafez (marwan.hafez@fortworthtexas.gov)
2025-09-12 - 7:35:51 PM GMT- IP address: 104.47.64.254
C•S'Q Document e-signed by Marwan Hafez (marwan.hafez@fortworthtexas.gov)
Signature Date: 2025-09-12 - 7:36:22 PM GMT - Time Source: server- IP address: 204.10.90.100
h, Document e-signed by Gary Deyon (Gary.Deyon@fortworthtexas.gov)
Signature Date: 2025-09-15 - 2:00:39 PM GMT - Time Source: server- IP address: 204.10.91.100
Cy Document emailed to Zelalem Arega (Zelalem.Arega@fortworthtexas.gov) for signature
2025-09-15 - 2:00:41 PM GMT
6'A Document e-signed by Zelalem Arega (Zelalem.Arega@fortworthtexas.gov)
Signature Date: 2025-09-19 - 1:12:51 PM GMT - Time Source: server- IP address: 204.10.90.100
C'�► Document emailed to Mary Hanna (Mary.Hanna@fortworthtexas.gov) for signature
2025-09-19 - 1:12:54 PM GMT
CS'� Document e-signed by Mary Hanna (Mary.Hanna@fortworthtexas.gov)
Signature Date: 2025-09-22 - 2:48:03 PM GMT - Time Source: server- IP address: 204.10.90.100
�
�'> Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature
2025-09-22 - 2:48:06 PM GMT
�5;; Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L.
Wadsack
2025-09-22 - 6:32:19 PM GMT- IP address: 208.184.124.181
6'� Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov)
Signature Date: 2025-09-22 - 6:32:21 PM GMT - Time Source: senrer- IP address: 208.184.124.181
C'-� Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature
2025-09-22 - 6:32:24 PM GMT
b, Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov)
Signature Date: 2025-09-22 - 7:26:01 PM GMT - Time Source: server- IP address: 76.227.105.128
1''ORT WORTH, vowe�ee ey
� Adobe
Acrobat Sign
�
0
i
y - luuu�ll� mm� uuu �• i �, �r ' � I il E
� Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval
2025-09-22 - 7:26:03 PM GMT
'�j Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov)
2025-09-22 - 8:32:38 PM GMT- IP address: 208.184.124.181
�'A Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov)
Approval Date: 2025-09-22 - 8:34:29 PM GMT - Time Source: server- IP address: 208.184.124.181
�', Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature
2025-09-22 - 8:34:31 PM GMT
�:, Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov)
Signature Date: 2025-09-23 - 6:34:35 PM GMT - Time Source: server- IP address: 208.184.124.181
C'; Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature
2025-09-23 - 6:34:37 PM GMT
�yr pocument e-signed by Jesica McEachern (jesica.mceachern@fortworthtexas.gov)
Signature Date: 2025-09-24 - 10:22:59 PM GMT - Time Source: server- IP address: 208.184.124.181
�� 1 Document approval automatically delegated to Cristian Chavez (cristian.chavez@fortworthtexas.gov) by
Katherine Cenicola (katherine.cenicola@fortworthtexas.gov)
2025-09-24 - 10:23:01 PM GMT
�'�. Document emailed to Katherine Cenicola (katherine.cenicola@fortworthtexas.gov) for approval
2025-09-24 - 10:23:02 PM GMT
C'�► Document emailed to Cristian Chavez (cristian.chavez@fortworthtexas.gov) for approval
2025-09-24 - 10:23:02 PM GMT
�'o Document approved by Katherine Cenicola (katherine.cenicola@fortworthtexas.gov)
Approvai Date: 2025-09-25 - 1:03:21 PM GMT - Time Source: server- IP address: 208.184.124.181
�'-► Document emailed to Jannette Goodall (jannette.goodall@fortworthtexas.gov) for signature
2025-09-25 - 1:03:24 PM GMT
� Email viewed by Jannette Goodall Qannette.goodall@fortworthtexas.gov)
2025-09-25 - 1:55:42 PM GMT- IP address: 104.47.64.254
�j Document e-signed by Jannette Goodall (jannette.goodall@fortworthtexas.gov)
Signature Date: 2025-09-25 - 1:56:19 PM GMT - Time Source: server- IP address: 208.184.124.181
r� Form filling automatically delegated to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) by Allison
Tidweli (allison.tidwell@fortworthtexas.gov)
2025-09-25 - 1:56:24 PM GMT
FORT WORTH7 Dowered by
� Adobe
Acrobat Sig�
�
C'� Document emailed to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) for filling
2025-09-25 - 1:56:24 PM GMT
c'b Document emailed to Allison Tidwell (allison.tidwell@fortworthtexas.gov) for filling
2025-09-25 - 1:56:24 PM GMT
�o Form filled by Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov)
Form filling Date: 2025-09-30 - 2:31:02 PM GMT - Time Source: server- IP address: 208.184.124.181
� % Agreement completed.
2025-09-30 - 2:31:02 PM GMT
FORT WORTH, Powered by
� Adobe
Acrobat Sign
AFFIDAVIT
STATE OF Texas
COLJNTY OF Tarrant
Before me, the undersigned authority, a notaiy 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 fiu•nishing labor and/or matei•ials have been paid in fiill;
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 1- City Project #104935
� ,
BY � � l/"
Brendan Tayloi•, Project Manager
Subscribed and sworn before me on this date 20 of January, 2026.
Notary ublic
Coun , State
1pAyPb Janet Lynn Reiter '
*�My Commisslon Expires �
� 8128/2027 ��
��� ` Notary ID�30350G71Ts
Affidavit of Cornpliarrce vvoth
City of Fort Worth
Prevailing Wages
I, Brendan Tavlor Prolect Manager
(Name of person signing affidavit) (Title)
do hereby certify that the wages paid to all employees of Peachtree Construction
(Company Name)
for all hours worked on the
104935 — 2024 Asphalt Resurfacing Contract 1
(Project name and location)
project, during the period from 3/1/24
to 12/22/25
(Project Dates)
are in compliance with the requirements of Chapter 2258, Texas Government Code related to paying established
City of Fort Worth wage rates per the project bid documents. I further certify that no rebates or deductions have
been or will be made, directly or indirectly, from any wages paid in connection with this project, other than those
provided by law.
Sworn to and subscribed in my presence this
� _��
t
(Signature of Officer or Agent)
� day of
. 20�.
<�''"� Janet lynn Reiter ':
* �My Commisslon Explres
¢ sizeizoz� ;
Notary ID 130350671 =
, , � „ ,. ,�. ,, , ,�, ,.... ,
l� iI
��///�.
_ � . . •!
Revised 3/OS/2024
coNsENT o�
SURETY COMPANY
T4 ��NAL PAYMENT
Contprms wiCh Che American Institute uf
Architects, AIA ➢ocument G707
owN�,�t �
nRcxiT�.cr ❑
corrTx�c'ron ❑
SUIiL"I'Y �
Q'1'NER ❑
r'no��.cT: 2024 Asphalt Resurfacing Contract 1 City Proj �104935
City of Fort Worth
`F0 (�wner) 2fl0 Texas St.
Fort Worth, 7X 76102
ARCEIITrCT'S PROlECTNQ,
CONTRACT FOR: COn5t1"UCi1011
CONTRt1CT DA'I'1�: 1-9-2024
cpN��Rac�'o�.: Peachtree Canstruction, Ltd.
[n accordaaice widi the provisions of the Contract between the Owner �nd tl�e ContracCor as above, the
Traveiers Casualty and Surety Company of America
on Uond of
Peachtree Constructfon, �td.
, SURETY COMPANX,
, CON'TRACPOR,
hereby a}�prpves oi'the Final paymenc to the ConlracCor, aiid agrees that Cn�l payaneait to the Cc�ntractor shall nat re(icve
the Surety Compacay of any of its obligations Co
City of Fort Worth
, OV4'NEIt,
as set forth in tlie said Si�rety Coinpany's bond,
IN WI"ITIESS Wl1�REOP,
t��e Surety Coittpai�y has llereunto sct its hand this 20�h day of �JanUar'� ° z026'
Witness: � ��
Sy ty Cpmpdny Traveiers Casuafty and Surety Company of America
��l''� l .�1 �/�� (_,�`�I �: . �'
r 3� �
u/ _ r��, l -�.
._._. S.i�lature of Authorized Iie��sentative
Teresa Ayafa Atty-in-Fact
NO"I'E: This Pomi is to be used as a compauion document to A[A DOCUMENT G706, CONTR�CTQFL'S APFIDAVIT OF PAYMENT
OF llCATS A[�D CLAItvCS,
Current �dition
00476 17JOU
- , _ ... --.r _
ti�I �% ��.
ONE PAGE
Trarrefers Casualty and Surety Company of America
Travelers Casuaaty and Surety C�mpany
���,�%�[,E�� � St. Paul Fire and Marine insurance +Campany
POWER QF ATTOliNEY
KNOW ALL MEN BY TH�SE PRESENTS: That 7raveEsrs Casualty and Surety Company of America, Travelers Casualty and Surery Gompany, and
St. Paui Fire and Marine Insurance Gompany are corporations duly organized under the laws of the 5tate of Connecticut {herein
collectively cafled th� "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of
FT WORTii , Texas , their true and lawful Attorney(s)-in-Fact to sign, execuie, seal and
acknowledge any and all bonds, recognizances, conditianal undertakings and other writings obligatory in the nature tnereoi on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the pertormance of contracfs and executing or
guaranteeing bonds antl undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS VYHEREOF, khe Companies have caused this instrument to be sigrted, and their corporate seals to be hereto affixed, this 21st day nf April,
2029.
��1.��k� � H p,.r. ,iro4 gFYtA
�}�FiFft}� � �.� a�%'�n �� �.
� �. �� * 6 a MAR7FOH6� � , �+71�4*F�!t'.
�,, � ; CtklN. ,� ?C�a
�4�,r .,Y ��� >�.$ ��s�' �g } :�
j ' s
State of Connecticut
Gity of Hartfard ss.
/�
By. r
Robert L. Rane , enior Vice President
On triis the 27st 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 lhai he, as such, being auihorized so to do, executed the foregoing instrument for the
purposes thereir� confained by signing on behaif of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand anc! official Seal
My Commission expires the 30th day of June, 2026
,�h;;;� ��T�i�s-
� � �� L� �i���
�bOTf�iY p�
�* ��
r�Far.;.ic ; >
�.�y � Anna P. Now1k, Notary Pubfic
ry�'Hr�aFia.+��
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the B�ards of Direc#ors of each of
the Companies, which resolufions are now in full fiorce and effeck, reading as follows:
RESOLV�Q, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any �ce
President, any 5econd Vice President, the 7reasurer, any Assistant Treasurer, the Carporate Secretary or any Assiskant Secretary may appoint
Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appoin#ee such authority as his ar her certiflcate of au#horily
may prescribe to sign with the Company's name and seal wifh the Company's seal 6onds, recognizance5, contracts of indemniiy, and other writings
obligatory in ihe nalure of a bond, recognizance, or co�dilianal undertaking, and any of said afficers or the Board of Directors at any fime may
remove any such appointee and revoke the power given him or her; and ii is
FURTHER RESOLVEp, that the Chairman, the President, any Vice Chairman, any ExecuEive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more efficers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in fhe office af the Secretary; and it is
FURTH�R RESOLVED, that any bond, reeognizance, contract of indemnily, or wriiing obligakory in the nature of a bond, recognizance,
or conditional undertaking shali be valid and binding upan the Compa�y when (a) signed by the President, any Vice Chairman, any Executi�e
Vice President, any Senior Vice Presiden# or any Vice President, any Second Vice President, the Treasurer, any Assisfanf Treasurer, 1he
Corporate Secretary or any Assistant 5ecretary ar�d duly attested and sealed with the Company's seal by a 5ecretary or Assistant 5ecre#ary;
ar (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the pawer prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a writ#en delegation of authority; and il is
FURiHER RESULVE�, that the signature of each of the fallowing officers: President, any Executive Vice President, any Senior Vice Presidenf,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Campany may be affixed by facsimile to
any Power af Attorney or io any certificate relaling thereto appointing Resident Vice Presiderrts, Resident Assistant Secretaries or Attorneys-in-
Fack for purposes only of executing and attesting bonds and undertakings and other writings abiigatory in the nature thereof, and any such Power of
Aktorney or certificate bearing such facsimile signature or facsimile seal shall be �afid and binding upon fhe Cpmpany and any such power so execuied
and cer�ified by such facsimile signature and #acsimile seal shall he valid anrl binding on the Company in the {uture with respect to arry hond nr
understanding ta which it is atfached.
I, Kevin E. Hughes, the undersigned, Assistant 5ecretary af each of the Companies, do hereby certify Fhai the a6ove and foregoing is a
true and correct copy of the Power of Attomey executed by said Companies, which remains in fufl force and effect.
Dated this 20th day of January , ZQ26
�KM«ar{.. r SY .I �p�.y�
��SUAI1p� r�.4 Na�. 4�kf^"^
� `� �` °�.
�;,4rra� � '° �aa�Faao. K � t���:
1�°. G[ki4. 1�," "' COHH. o J, �yr1,�, �'
�' . v' � y b h b� ..� „�, �
r�
•r�
� ` '� _.
��!i �" �
Kevin �. Hughes, Assi� retary
To verify the authenticity of this Power ofAttorney, please ca11 us aC.T-800-421-38$D.
Please refer ta tlre abave-+ramed Att+urr�ey(s)-in-Fact and th� detarls of the hond to which this Power ofAttorney is attached.
F�RT�VORTH�
`--�
TRANSPORTATION AND PUBLIC WORKS
December 22, 2025
Peachtree Construction, Ltd
5801 Prk Vista Circle
Keller, TX, 76244
RE: Acceptance Letter
Project Name: 2024 Asphalt Resurfacing Contract 1
Project Type: Asphalt Resurfacing
City Project No.: 104935
To Whom It May Concern:
On October 8, 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 December 22, 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 December 22,
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
Marwan Hafez, PhD, PE, PMP Senior Professional Engineer Transportation & Public Works Office
817-392-7968 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. � � � 0.
Sincerely,
Marwan Hafez, Project Manager M��d�zzoz6,,3z,o�sr,
Zelalem Arega, Program Manager
Zeablth /1r�ga
zeiaiem n�ega �Ma� z, 2oze ie�no sz esr�
Cc: Kevin Jackson, Inspector
Gary Deyon, Inspection Supervisor
Lorrie Pitts, Senior Inspector
Zelalem Arega, Program Manager
N/A, Consultant
Peachtree Construction, Ltd., Contractor
City of Ft Worth, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19