Loading...
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�