HomeMy WebLinkAboutContract 58544-FP1Page 1 of 2
City Secretary
Contract No.__________________
Date Received ______________
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: Eagle Mountain-Saginaw ISD High School #4
City Project No.: 103535
Improvement Type(s): Paving Drainage Street Lights Traffic Signals
Original Contract Price: $4,836,831.75
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:$4,836,831.75
Contractor Date
Title
Jackson Construction, LTD
Company Name
Project Inspector Date
Project Manager Date
CFA Manager Date
______________________________________ __________________________________
TPW Director Date
Asst. City Manager Date
Page 2 of 2
Notice of Project Completion
Project Name: Eagle Mountain-Saginaw ISD High School #4
City Project No.: 103535
City’s Attachments
Final Pay Estimate
Change Order(s):Yes N/A
Contractor’s Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time 416 WD
Work Start Date: 4/12/2023
Days Charged: 319 WD
Work Complete Date: 12/12/2024
Completed number of Soil Lab Test: 797
Completed number of Water Test: 42
CITY OF FORT WORTH
Contract Name EAGLE MOUNTAIN SAGINAW ISD HIGH SCHOOL #4
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHT IMPROVE
DOE Number 3535
Estimate Number 1 Payment Number 1 For Period Ending 12/12/2024
FINAL PAYMENT REQUEST
City Secretary Contract Number 58544
319
WD
Contract Date 5/10/2022
JACKSON CONSTRUCTION LTD
NA
5112 SUN VALLEY DRIVE
FORT WORTH TX 76119
M. GLOVER J. SILVA
416WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 103535
Wednesday, December 18, 2024 Page 1 of 6
Contract Name EAGLE MOUNTAIN SAGINAW ISD HIGH SCHOOL #4
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHT IMPROVEMENTS
DOE Number 3535
Estimate Number 1
Payment Number 1
For Period Ending 12/12/2024
Project Funding
City Project Numbers 103535
UNIT III: DRAINAGE IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE 18" STORM LINE 48 LF $48.00 $2,304.00 48 $2,304.00
2 REMOVE 33" STORM LINE 78 LF $50.00 $3,900.00 78 $3,900.00
3 REMOVE 42" STORM LINE 200 LF $52.00 $10,400.00 200 $10,400.00
4 21" STORM ABANDONMENT PLUG 5 EA $105.00 $525.00 5 $525.00
5 48" STORM ABANDONMENT PLUG 1 EA $265.00 $265.00 1 $265.00
6 UNCLASSIFIED EXCAVATION BY PLAN 950 CY $17.00 $16,150.00 950 $16,150.00
7 CONCRETE RIPRAP 125 SY $125.00 $15,625.00 125 $15,625.00
8 MEDIUM STONE RIPRAP, DRY 825 SY $98.00 $80,850.00 825 $80,850.00
9 TRENCH SAFETY 2766 LF $0.25 $691.50 2766 $691.50
10 18" RCP, CLASS III 92 LF $120.00 $11,040.00 92 $11,040.00
11 21" RCP, CLASS III 470 LF $121.00 $56,870.00 470 $56,870.00
12 24" RCP, CLASS III 770 LF $122.00 $93,940.00 770 $93,940.00
13 30" RCP, CLASS III 222 LF $168.00 $37,296.00 222 $37,296.00
14 36" RCP, CLASS III 428 LF $186.00 $79,608.00 428 $79,608.00
15 42" RCP, CLASS III 30 LF $250.00 $7,500.00 30 $7,500.00
16 48" RCP, CLASS III 310 LF $275.00 $85,250.00 310 $85,250.00
17 3x3 BOX CULVERT 252 LF $300.00 $75,600.00 252 $75,600.00
18 4x3 BOX CULVERT 224 LF $395.00 $88,480.00 224 $88,480.00
19 6x5 BOX CULVERT 60 LF $650.00 $39,000.00 60 $39,000.00
20 10x5 BOX CULVERT 100 LF $1,080.00 $108,000.00 100 $108,000.00
21 4' STORM JUNCTION BOX 4 EA $6,500.00 $26,000.00 4 $26,000.00
22 5' STORM JUNCTION BOX 2 EA $7,800.00 $15,600.00 2 $15,600.00
23 6' STORM JUNCTION BOX 1 EA $10,500.00 $10,500.00 1 $10,500.00
24 4' MANHOLE RISER 2 EA $2,000.00 $4,000.00 2 $4,000.00
25 42" FLARED HEADWALL, 1 PIPE 1 EA $9,500.00 $9,500.00 1 $9,500.00
26 18" SET, 1 PIPE 4 EA $1,350.00 $5,400.00 4 $5,400.00
27 10' RECESSED INLET 4 EA $5,600.00 $22,400.00 4 $22,400.00
28 15' RECESSED INLET 2 EA $8,300.00 $16,600.00 2 $16,600.00
29 20' RECESSED INLET 2 EA $9,500.00 $19,000.00 2 $19,000.00
30 4' DROP INLET 1 EA $6,900.00 $6,900.00 1 $6,900.00
31 REMOVE 12" STORM LINE 97 LF $30.00 $2,910.00 97 $2,910.00
Wednesday, December 18, 2024 Page 2 of 6
Contract Name EAGLE MOUNTAIN SAGINAW ISD HIGH SCHOOL #4
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHT IMPROVEMENTS
DOE Number 3535
Estimate Number 1
Payment Number 1
For Period Ending 12/12/2024
Project Funding
City Project Numbers 103535
32 JUNCTION STRUCTURE #1 WITH MANHOLE 1 EA $50,000.00 $50,000.00 1 $50,000.00
33 JUNCTION STRUCTURE #2 WITH MANHOLE 1 EA $40,000.00 $40,000.00 1 $40,000.00
34 FLARED HEADWALL, 10'x5' BOX CULVERT 2 EA $14,750.00 $29,500.00 2 $29,500.00
35 PARALLEL HEADWALL, 10'x5' BOX CULVERT 1 EA $62,000.00 $62,000.00 1 $62,000.00
36 FLARED HEADWALL, 2-4'x3' BOX CULVERT 1 EA $14,000.00 $14,000.00 1 $14,000.00
37 PEDESTRIAN RAIL 112 LF $95.00 $10,640.00 112 $10,640.00
$1,158,244.50 $1,158,244.50Sub-Total of Previous Unit
UNIT IV: PAVING IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE ASPHALT PVMT 13545 SY $4.50 $60,952.50 13545 $60,952.50
2 SITE CLEARING 1 LS $595,000.00 $595,000.00 1 $595,000.00
3 UNCLASSIFIED EXCAVATION BY PLAN 20145 CY $17.00 $342,465.00 20145 $342,465.00
4 SWPPP > 1 ACRE 1 LS $16,500.00 $16,500.00 1 $16,500.00
5 HYDRATED LIME 746 TN $210.00 $156,660.00 746 $156,660.00
6 12" LIME TREATMENT 20710 SY $8.00 $165,680.00 20710 $165,680.00
7 2" ASPHALT PVMT TYPE D 2155 SY $14.00 $30,170.00 2155 $30,170.00
8 10" ASPHALT BASE TYPE B 2155 SY $53.00 $114,215.00 2155 $114,215.00
9 11" CONC PVMT 17290 SY $64.00 $1,106,560.00 17290$1,106,560.00
10 4" CONC SIDEWALK 45865 SF $5.60 $256,844.00 45865 $256,844.00
11 7" CONCRETE DRIVEWAY 14490 SF $12.50 $181,125.00 14490 $181,125.00
12 BARRIER FREE RAMP, TYPE R-1 1 EA $3,600.00 $3,600.00 1 $3,600.00
13 BARRIER FREE RAMP, TYPE P-1 14 EA $2,600.00 $36,400.00 14 $36,400.00
14 4" SLD PVMT MARKING HAS (W)5655 LF $1.25 $7,068.75 5655 $7,068.75
15 4" SLD PVMT MARKING HAS (Y)13020 LF $1.25 $16,275.00 13020 $16,275.00
16 8" SLD PVMT MARKING HAS (W)290 LF $2.50 $725.00 290 $725.00
17 8" SLD PVMT MARKING HAS (Y)440 LF $2.50 $1,100.00 440 $1,100.00
18 24" SLD PVMT MARKING HAE (W)22 LF $16.00 $352.00 22 $352.00
19 LANE LEGEND ARROW 3 EA $250.00 $750.00 3 $750.00
20 LANE LEGEND ONLY 1 EA $300.00 $300.00 1 $300.00
21 REFL RAISED MARKER TY I-C 20 EA $5.00 $100.00 20 $100.00
22 REFL RAISED MARKER TY II-A-A 260 EA $5.00 $1,300.00 260 $1,300.00
23 TOPSOIL 1610 CY $46.00 $74,060.00 1610 $74,060.00
Wednesday, December 18, 2024 Page 3 of 6
Contract Name EAGLE MOUNTAIN SAGINAW ISD HIGH SCHOOL #4
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHT IMPROVEMENTS
DOE Number 3535
Estimate Number 1
Payment Number 1
For Period Ending 12/12/2024
Project Funding
City Project Numbers 103535
24 BLOCK SOD PLACEMENT 9650 SY $5.50 $53,075.00 9650 $53,075.00
25 SEEDING, HYDROMULCH 19400 SY $1.60 $31,040.00 19400 $31,040.00
26 FURNISH/INSTALL RADAR ADVANCE
DETECTION DEVICE
2 EA $5,500.00 $11,000.00 2 $11,000.00
27 SCHOOL ZONE FLASHER ASSEMBLY (SOLAR)2 EA $17,000.00 $34,000.00 2 $34,000.00
28 FURNISH/INSTALL ALUM SIGN GROUND
MOUNT CITY STANDARD
9 EA $450.00 $4,050.00 9 $4,050.00
29 TRAFFIC CONTROL 1 MO $5,000.00 $5,000.00 1 $5,000.00
30 PERMANENT END OF ROAD BARRICADE 25 LF $30.00 $750.00 25 $750.00
31 GRAVEL DRIVEWAY 755 SF $4.00 $3,020.00 755 $3,020.00
$3,310,137.25 $3,310,137.25Sub-Total of Previous Unit
UNIT V: STREET LIGHTING IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 2" CONDT PVC SCH 80 (T)5300 LF $17.50 $92,750.00 5300 $92,750.00
2 GROUND BOX TYPE B, W/ APRON 19 EA $1,200.00 $22,800.00 19 $22,800.00
3 FURNISH/INSTALL 240-480 VOLT SINGLE
PHASE
2 EA $7,600.00 $15,200.00 2 $15,200.00
4 RDWY ILLUM ASSEMBLY TY 18, 18A, 19, AND
D-40
28 EA $3,300.00 $92,400.00 28 $92,400.00
5 LED LIGHTING FIXTURE 28 EA $650.00 $18,200.00 28 $18,200.00
6 RDWY ILLUM FOUNDATION TY 3,5,6, & 8 28 EA $1,700.00 $47,600.00 28 $47,600.00
7 #2 XHHW CONDUCTOR 15900 LF $5.00 $79,500.00 15900 $79,500.00
$368,450.00 $368,450.00Sub-Total of Previous Unit
Wednesday, December 18, 2024 Page 4 of 6
Contract Name EAGLE MOUNTAIN SAGINAW ISD HIGH SCHOOL #4
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHT IMPROVEMENTS
DOE Number 3535
Estimate Number 1
Payment Number 1
For Period Ending 12/12/2024
Project Funding
City Project Numbers 103535
Contract Information Summary
Change Orders
$4,836,831.75Original Contract Amount
$4,836,831.75Total Contract Price
$4,836,831.75
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $4,836,831.75
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $4,836,831.75
Less Liquidated Damages
Days @ / Day
$0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$4,836,831.75
$0.00
Wednesday, December 18, 2024 Page 5 of 6
Contract Name EAGLE MOUNTAIN SAGINAW ISD HIGH SCHOOL #4
Contract Limits
Project Type DRAINAGE, PAVING & STREETLIGHT IMPROVEMENTS
DOE Number 3535
Estimate Number 1
Payment Number 1
For Period Ending 12/12/2024
Project Funding
City Project Numbers 103535
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$4,836,831.75
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $4,836,831.75
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $4,836,831.75
Less Liquidated Damages
0 Days @ $0.00 / Day $0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$4,836,831.75
$0.00
City Secretary Contract Number 58544
319
WD
Contract Date 5/10/2022
JACKSON CONSTRUCTION LTD
NA
5112 SUN VALLEY DRIVE
FORT WORTH TX 76119
M. GLOVER J. SILVA
416
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Wednesday, December 18, 2024 Page 6 of 6
�ORT�ORTH�
TRANSPORTATION AND PUBLIC WORKS
December 12, 2024
Jacl<son Construction
5112 Sun Valley Drive
Fort Worth, TX 76119
RE: Acceptance Letter
Project Name: Eagle Mountain-Saginaw ISD High School #4
Project Type: Drainage, Paving, and Street Lights
City Project No.: 103535
To Whom It May Concern:
On September 16, 2024 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 12, 2024. The final
inspection and the corrected punch list items indicate that the worl< meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on December 12,
2024, 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,
T e66�e C� uJ.�lcePm
O
Debbie Willhelm, Project Manager
Cc: Joey Silva, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Teague Nall & Perkins, Consultant
Jacl<son Construction, Ltd., Contractor
Eagle Mountain-Saginaw ISD, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
.� � � ' C�[��0�
eCONSTRUCTION LTD.
51 1 Z SUN VALLEY DRIVE
FORT WORTH, TX 761 19
TEL: 817-5 7 Z-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;
Eagle Mountain-Saginaw ISD High School #4
BY ryv►
Troy . Jackson, President
Subscribed and sworn before me on this date 8th of November, 2024.
.� /
.` � /�l.i��� � I__�,.
. /� q
�``"""'� CARMEN L. ESTEP
� o'aY PGe� :
_ 2; ;c,- Notary Public, State of Texas
z'C,:���= Comm: Expires 04-06-20Z8
'%;��oF'�� `� Notary ID 2910611
��un��
`�� - � _ �� — — - �■ � �
� v
The Hanover Insurance Company
5112 Sun Valley Drive
The Hanover Insurance Company
Attorney-in-Fact
Jackson Construction, Ltd.
Fort Worth, TX 76119
By:
November 8, 2024
440 Lincoln Street
Worcester, MA 01653
Bond No. 1086200
Eagle Mountain-Saginaw Independent School District
1600 Mustang Rock Road
Fort Worth, TX 76179
February 8, 2022
Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4;
Eagle Mountain-Saginaw Independent School District
1600 Mustang Rock Road
Fort Worth, TX 76179
Holly Clevenger
THE HANOVERINSURANCE COMPANY
MASSACHUSETTS BAYINSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
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 underthe
laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of
Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint,
Jack M. Crowley, Laurie Pflug, Holly Clevenger and/or Christine Clinger
Of Willis Towers Watson Insurance Services West, Inc of Dallas, TX each individually, if there be more than one named, as its true and lawful attorney(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, recognizances, 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 of attorney limits the acts of those 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 Fifty Million and No/100 ($50,000,000) in any single instance
That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said 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 Attorneys-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 power to attach thereto the seal ofthe
Company. Any such writings so executed by such Attorneys-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 Company to the 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 WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY
OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 28�^ day of June, 2024
w'"�'�.�'�.. ���;._�; � f....,,li
y�w n,� `}��"�'"�
'� '� � R 1 ��. �
�
I hc ilaaurxr 1os�rancr S:umpaa�
1ht�syachrsefh Bay Ins�raacc Cwap�ay
Ciliaeos [nsunnceComppnypfAmerica
J �I. iCawiacki, Vka Praeld�nt
STATE OF CONNECTICUT
COUNTY OF HARTFORD
) ss.
Yl�c flwpovcr IpauraAee Cumpany
chu�ena 8ay I��sannce Campany
rs insuraaee Ca�npaKy aFAmerka
Il�n M, M�ndazai. Vico Prosidenc
On this 28�" day of June, 2024 before me came the above named Executive Vice President and Vice President ofThe Hanover Insurance Company, Massachusetts
Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described 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.
� INendy Latoumes
�� NOt2ry Pi�c. Siate nl COn►�icUt
�Y CannrsskM Expires Jui� 31. 2�25
r
, _ , ri � � � � J 4'�` _..� ` .
I+V�r� y Latau _ es. ota�r u�c'�
INy CD�MT1fiStOr1 @x ir�5 Ju�y 31, Z0�3
4 •
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 and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify
that the said Powers of Attorney are still in force and effect.
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 8th day of November 2024.
CERTIFIED COPY
'Ilrc ■n e laaurance ompa
:i[ c h 8�7 En� ny
C' n sura rc n Am '
M� R�wod/er, Vice PreaMkn�