HomeMy WebLinkAboutContract 56234-FP1 City Secretary 56234 -FP1
Contract No.
FORTWORTH. Date Received Apr 12,2022
NOTICE OF PROJECT COMPLETION
(Developer Projects)
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: North Cowtown Crossing Lot 2, Block 3
City Project No.: 103196
Improvement Type(s): Water ❑x Sewer ❑x
Original Contract Price: $322,110.00
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete: $322,110.00
C&Nge LLg4 A r 11 2022
Carmen Estep(Apr 11,20 08:48 CDT) p
Contractor Date
Office Manager
Title
Jackson Construction, Ltd
Company Name
ate ° Apr 11,2022
Project Inspector Date
Apr 11,2022
Project Manager Date
yanle scarlett Morales
Janie Scarlett Morales(Apr 11,2022 14:34 CDT) Apr 11,2022
CFA Manager Date
Z�Ia-llt� d�GG Dana Burghdoff(Apr 11,20 18:32 CDT A pr 11 2022
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT.WORTH, TX
Notice of Project Completion
Project Name: North Cowtown Crossing Lot 2, Block 3
City Project No.: 103196
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 50 WD Days Charged: 79
Work Start Date: 11/1/2021 Work Complete Date: 3/31/2022
Completed number of Soil Lab Test: 13
Completed number of Water Test: 26
Page 2of2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name NORTH COWTOWN CROSSING LOT 2 BLOCK 3
Contract Limits
Project Type WATER&SEWER
City Project Numbers 103196
DOE Number 3196
Estimate Number 1 Payment Number 1 For Period Ending 3/10/2022
WD
City Secretary Contract Number Contract Time 5WD
Contract Date 9/10/2021 Days Charged to Date 79
Project Manager NA Contract is 100.00 Complete
Contractor JACKSON CONSTRUCTION LTD
5112 SUN VALLEY DRIVE
FORT WORTH, TX 76119
Inspectors CORDOVA,R / MCDONALD,B
Saturday,April 2,2022 Page 1 of 5
City Project Numbers 103196 DOE Number 3196
Contract Name NORTH COWTOWN CROSSING LOT 2 BLOCK 3 Estimate Number I
Contract Limits Payment Number I
Project Type WATER&SEWER For Period Ending 3/10/2022
Project Funding
UNIT L•WATER IMPROVEMENTS
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
---------------------------------------
1 UTILITY SERVICE SURFACE RESTORATION 450 SY $2.00 $900.00 450 $900.00
SEEDING
2 8"WATER LINE LOWERING 2 EA $9,500.00 $19,000.00 2 $19,000.00
3 TRENCH SAFETY 375 LF $1.00 $375.00 375 $375.00
4 DUCTILE IRON WATER FITTINGS 2 TN $5,000.00 $10,000.00 2 $10,000.00
W/RESTRAINT
5 8"WATER PIPE 170 LF $110.00 $18,700.00 170 $18,700.00
6 8"DIP WATER 52 LF $170.00 $8,840.00 52 $8,840.00
7 12"WATER PIPE 152 LF $100.00 $15,200.00 152 $15,200.00
8 FIRE HYDRANT 2 EA $5,000.00 $10,000.00 2 $10,000.00
9 2"WATER SERVICE 2 EA $3,500.00 $7,000.00 2 $7,000.00
10 6"WATER METER AND VAULT 1 EA $30,000.00 $30,000.00 1 $30,000.00
11 6"GATE VALVE 2 EA $1,150.00 $2,300.00 2 $2,300.00
12 8"GATE VALVE 2 EA $1,500.00 $3,000.00 2 $3,000.00
13 12"GATE VALVE 2 EA $2,500.00 $5,000.00 2 $5,000.00
14 8"CUT-IN GATE VALVE 1 EA $8,000.00 $8,000.00 1 $8,000.00
15 12"X8"TAPPING SLEEVE&VALVE 2 EA $7,555.00 $15,110.00 2 $15,110.00
16 TRAFFIC CONTROL 1 MO $4,000.00 $4,000.00 1 $4,000.00
---------------------------------------
Sub-Total of Previous Unit $157,425.00 $157,425.00
UNIT H:SANITARY SEWER IMPROVEMENTS
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
---------------------------------------
1 CONC PVMT REPAIR RESIDENTIAL 323 SY $180.00 $58,140.00 323 $58,140.00
2 UTILITY SERVICE SURFACE RESTORATION 290 SY $7.00 $2,030.00 290 $2,030.00
SEEDING
3 POST CCTV INSPECTION 415 LF $4.00 $1,660.00 415 $1,660.00
4 MANHOLE VACUUM TESTING 5 EA $226.00 $1,130.00 5 $1,130.00
5 TRENCH SAFETY 415 LF $1.00 $415.00 415 $415.00
6 CONCRETE COLLAR 3 EA $200.00 $600.00 3 $600.00
7 TRENCH WATER STOPS 1 EA $1,600.00 $1,600.00 1 $1,600.00
8 IMPORTED EMBEDMENT/BACKFILL,CLSM 20 CY $125.00 $2,500.00 20 $2,500.00
Saturday,April 2,2022 Page 2 of 5
City Project Numbers 103196 DOE Number 3196
Contract Name NORTH COWTOWN CROSSING LOT 2 BLOCK 3 Estimate Number I
Contract Limits Payment Number I
Project Type WATER&SEWER For Period Ending 3/10/2022
Project Funding
9 4"SEWER SERVICE RECONNECTION 3 EA $2,400.00 $7,200.00 3 $7,200.00
10 8"SEWER PIPE 150 LF $90.00 $13,500.00 150 $13,500.00
11 8"PRESSURE SEWER PIPE 118 LF $85.00 $10,030.00 118 $10,030.00
12 8"SEWER PIPE CSS BACKFILL 30 LF $240.00 $7,200.00 30 $7,200.00
13 12"SEWER PIPE 117 LF $150.00 $17,550.00 117 $17,550.00
14 EPDXY MANHOLE LINER 10 VF $345.00 $3,450.00 10 $3,450.00
15 WASTEWATER ACCESS CHAMBER 1 EA $3,500.00 $3,500.00 1 $3,500.00
16 4'MANHOLE 4 EA $5,920.00 $23,680.00 4 $23,680.00
17 4'DROP MANHOLE 1 EA $7,500.00 $7,500.00 1 $7,500.00
18 TRAFFIC CONTROL 1 MO $3,000.00 $3,000.00 1 $3,000.00
---------------------------------------
Sub-Total of Previous Unit $164,685.00 $164,685.00
---------------------------------------
Saturday,April 2,2022 Page 3 of 5
City Project Numbers 103196 DOE Number 3196
Contract Name NORTH COWTOWN CROSSING LOT 2 BLOCK 3 Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 3/10/2022
Project Funding
Contract Information Summary
Original Contract Amount $322,110.00
Change Orders
Total Contract Price $322,110.00
Total Cost of Work Completed $322,110.00
Less %Retained $0.00
Net Earned $322,110.00
Earned This Period $322,110.00
Retainage This Period $0.00
Less Liquidated Damages
Days @ /Day $0.00
LessPavement Deficiency $0.00
Less Penalty $0.00
Less Previous Payment $0.00
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $322,110.00
Saturday,April 2,2022 Page 4 of 5
City Project Numbers 103196 DOE Number 3196
Contract Name NORTH COWTOWN CROSSING LOT 2 BLOCK 3 Estimate Number I
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 3/10/2022
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors CORDOVA,R / MCDONALD,B Contract Date 9/10/2021
Contractor JACKSON CONSTRUCTION LTD Contract Time 50 WD
5112 SUN VALLEY DRIVE Days Charged to Date 79 WD
FORT WORTH, TX 76119 Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed $322,110.00
Less %Retained $0.00
Net Earned $322,110.00
Earned This Period $322,110.00
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 /Day $0.00
LessPavement Deficiency $0.00
Less Penalty $0.00
Less Previous Payment $0.00
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $322,110.00
Saturday,April 2,2022 Page 5 of 5
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: North Cowtown Crossing(Lot 2,BLK 3)
CITY PROJECT NUMBER: 103196
WATER
PIPE LAID SIZE TYPE OF PIPE LF
C900 8" PVC 170
DIP 8" Ductile iron 52
C900 12" PVC 152
FIRE HYDRANTS: 2 VALVES(16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A
DENSITIES: Yes
NEW SERVICES: 2" Copper 2 Each
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
SDR 26 8" PVC 150
SDR 26 8" HDPE 118
SDR 26 12" PVC 117
PIPE ABANDONED SIZE TYPE OF PIPE LF
i
E
4
DENSITIES: YES
NEW SERVICES: 4" PVC 3
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817) 392-7845
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
March 31, 2022
Jackson Construction
5112 Sun Valley Dr.
Fort Worth,Tx. 76119
RE: Acceptance Letter
Project Name: North Cowtown Crossing (Lot 2,BIk 3)
Project Type: Water, Sewer& Paving
City Project No.: 103196
To Whom It May Concern:
On March 3, 2022 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 March 31, 2022. 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 March 31, 2022,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
(817)392-2481.
Sincerely,
' I
T P.fJfJG2 V. U/��L'
Debbie Willhelm, Project Manager
Cc: Bryon McDonald, Inspector
Ron Cordova, Inspection Supervisor
Edward Davila, Senior Inspector
Victor Tornero, Program Manager
Spair Engineering &Surveying, Consultant
Jackson Construction, Contractor
Ojala Partner,Lp, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.8/20/19
§ JACKSON
CONSTRUCTION LTD:
5112 SUN VALLEY DRIVE
FORT WORTH,TX 76119
TEL:817-572-3303
FAX:817-478-0443
AFFIDAVIT
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 Troy L. Jackson,
President Of Jackson 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;
North Cowtown Crossing (Lot 2, Blk 3) CPN 103196
BY
Troy . Jackson, President
Subscribed and sworn before me on this date 6th of April, 2022.
Notary Pu is
Tarrant, Texas
CARMEN L. ESTEP
Notary Public,State of Texas
Comm.Expires 04-06-2024
Notary ID 2910611
CONSENT OF SURETY OWNER 0
TO FINAL PAYMENT ARHITECT Cl
AM DocuaraeW G707 CONTRACTOR 0
SUR €Y 1)
Bonet No. 1086161 0THFR Ci
TO OWNER: ARCHITECT'S PROJECT NO..
(Nal»eturdad M)
City of Fort Worth 1 Skyline Prairie Homes,LP(Developer)
200 Texas Street CONTRACT FOR. Project#103196
Fort Worth,TX 76102
PROJECT: CONTRACT DAM:September 10, 2021
(AW"WandaddiwV
North Cowtown Crossing Lot 2, Block 3. City Project No. 103196;Water&Sewer Improvements.
In aCcordowe with the provisions of d-e Contrast between the Owner and the Contx=or as indimed above,the
(anx"nawe and o"v-vsaf '1
The Hanover Insurance Company
440 Lincoln Street
Worcester, MA 01653
> SUItF y,
on bond of
(tnern name and ad&m;—gfConfracptur)
Jackson Construction, Ltd.
5112 Sun Valley Drive
Fort Worth,TX 76119
CONTRACTOR,
hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shaft ntx relieve the Surety of
any of its obligations to
()userrnanteurdaddr�of(3mrfer)
City of Fort Worth I Skyline Prairie Homes, LP (Developer)
200 Texas Street
Fort Worth,TX 76102
OWNER,
as set fortb in said SureWs bird.
IN WITNESS WHEREOF,the S rety I-as hereuneo set its hand on thr,date. April 8, 2022
(frr�rrl driKy�tk�q�nrantbfotlornedfit=ffaerslum-+'tcrktl�aarr7)earl
The Hanover Insurance Company
{snrn i
By
f3�grrmu�e�f'utH6ar�Izrdrpres+rrrpltr1
Attest- A4M em 1, Teuta Luri Attorney-irt-Fact
Shend Sharani chioned7ranleardiftle)
G707 199+4
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWER OF ATTORNEY
THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the
extent herein stated.
KNOW ALL PERSONS BY THESE PRESENTS:
That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the
laws ofthe State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMFRICA,a corporation organized and existing under the laws of the State of
Michigan,(hereinafter individually and collectively the"Company')does hereby constitute and appoint,
Steven R.Foster,Jack M.Crowley,Laurie Pflug,and Teuta Luri
Of Willis Towers Watson Insurance Services West,Inc of Dallas,TX each individually,ifthere be more than one named,as its true and lawful attomey(s)-in-
fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,any and all surety bonds,
recognizances,undertakings,or other surety obligations-The execution of such surety bonds,recognizanoes,undertakings or surety obligations,in pursuance of
these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own
proper persons.Provided however,that this power ofattomey limits the acts ofthose named herein;and they have no authority to bind the Company except in the
manner stated and to the extent of any limitation stated below:
Any such obligations in the United States,not to exceed Thirty Five Million and Noll 00($35,000,000)in any single instance
That this power is made and executed pursuant to the authority ofthe following Resolution s passed bythe Board of Directors ofsaid Company,and said Resolutions
remain in full force and effect:
RESOLVED: That the President or any Vice President,in conjunction with any Vice President,be and they hereby are authorized and empowered to
appoint Attomeys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety,any and all bonds,
recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with powerto attach thereto the seal ofthe
Company.Any such writings so executed by such Attomeys-in-fact shall be binding upon the Company as if they had been duly executed and
acknowledged by the regularly elected officers of the Company in their own proper persons.
RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and
executed by the President or Vice President in conjunction with any Vice President ofthe Company,shall be binding on the Companytothe same extent
as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile.(Adopted October 7,1981-
The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay insurance Company;Adopted September 7,2001-Citizens Insurance
Company of America and affirmed by each Company on March 24,2014)
IN WITNESS WHERFOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY
OF AM ERICA have Caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 1 Ot day of January,2020,
THE HANOVER INSU E COMPANY THE HANOVER INSURANCE COMPANY
MASSACHUSETTS Y URANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY
CITIZENS INSU E C PANY OF AMERICA CITIZENS INSURANCE COMPANY OF AMERICA
�J . e Yca Prasider+! J H_KawieCki.Vice President
SBAF- r3i� �.
i�
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER )ss.
On this 101s day of January, 2020 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company,
Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica,tome personally known to be the individuals and officersdescribed herein,
and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay insurance
Company and Citizens Insurance Company of America, respectively,and that the said corporate seals and their signatures as officers were duly affixed and
subscribed to said instrument by the authority and direction of said Corporations.
ARLEEN V_ izicSIMONS
+� Notary Putrrrc
�CNVEJctTit Of AtASSAt9N1SEIT5 2 w
6dy Commission Expires Areen V-Sir!lons,Notary U iC
dnno !s, 2023 My Commission Expires June 15,2023
I;the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,
hereby certify that the above andforegoing is a full,true and correctcopy ofthe Original Powerof Attomey issued by said Companies,and do hereby further certify
that the said Pourers of Attorney are still in force and effect.
GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 81'day of April,2022
CERTIl'IED COPY THE HANOVER INSURANCE COMPANY
MM ACNUSETTS BAY INSURANCE COMPANY
qr"ZINS INSU COMPANY OF AMERICA
Garrick A."It, tUent