Loading...
HomeMy WebLinkAboutContract 58684-FP1AC Coded 08.06.25 Vendor Name: Jackson Construction LTD Vendor Number: 0000008063 Invoice No.: 58684-FP1 Invoice Date: ##/##/## Release Retainage: 56005-2060000-102687-RETAIN $1,290.08 59601-2060000-102687-RETAIN $429,629.97 59605-2060000-102687-RETAIN $74,102.27 FORT WORTH WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION CSC No. 58684-FP1 Regarding contract 58684 for the Northside IV 24 — Inch Water Transmission Main Phase 1B project as required by the Water Department and approved by City Council on 12-13-2022 through M&C 22-1043 the Director of the Water Department, upon the recommendation of the Assistant Director, Capital Projects Delivery, Water Department has accepted the project as complete. Original Contract Price: $ 10,499,744.25 Amount of Approved Change Orders: $ 0.00 No 3 Revised Contract Amount: $ 10,499,744.25 Total Cost Work Completed: $ 10,100,448.68 Less Deductions: Liquidated Damages: 0 Days @ $650 /Day Other Deductions: $ 0.00 Total Deduction Amount: $ 0.00 Total Cost of Work Completed: $ 10,100,448.68 Less Previous Payments: $ 9,595,426.36 Final Payment Due: $ 505,022.32 C o � 2.5- 7A, 5�J,:,I�, Recomm�hded for Acceptance Date Assistant Director, Water Department chn, ko her 1fadel- ChrFctr)phar H g ?Q?S 14-nTS1 Cn Accepted Date Director, Water Department cv� 08/10/2025 Asst. City Manager Date Project Name: Northside IV 24 — Inch Water Transmission Main Phase 1 B CPN 102687 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. Date 07/22/2025 Jackson Construction Ltd 5112 Sun Valley Dr Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Northside IV 24 — Inch Water Transmission Main Phase 1B Project Type: Water Project No: 102687 Contract No: 58684 To Whom It May Concern: On 12/6/2024 a final inspection was made on the subject project. There were punch list items identified at that time. The punchlist items and corrected items were completed on 7/7/2025. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on 7/7/2025 which is the date of the final inspection 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 817-392-6054. Sincerely, Tony Sholola, P.E., Assistant Director, Water Department TS / Cc: Chris Harder, P.E., Director, Water Department Laura Wilson, P.E., Deputy Director Water Department Suzanne Abbe, P.E, Project Manager, Water Department Wade Miller, Construction Manager, Water Department John Robinson, Inspection Supervisor, Water Department Shane Behn, Inspector, Water Department Half, Consultant Jackson Construction Ltd, Contractor Fort Worth nll-Amedcacny WATER DEPARTMENT 1 I I I I1 THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 1964 •1993 •2011 _r Printed on recycled paper FORTWORTH Capital Projects Delivery, Water Department CONTRACTOR'S EVALUATION OF CITY 1) PROJECT INFORMATION Name ojContractor Jackson Construction Ltd Water Engineering Inspector Shane Behn CPN Number Project Doculty 102687 O Simple QQ Routine Q Complex Initial Contract Amount $10,499,744.25 11) PERFORMANCE EVALUATION 0 - Inadequate 1 - Deficient 2 - Standard ELEMENT INSPECTION EVALUATION 11 Availability of Inspector 12 Knowledge of Inspector 13 Accuracy of Measured Quantities 14 Display Of Professionalism 15 Citizen Complaint Resolution 16 Performance - Setting up Valve Crews, Labs 1 ADMINISTRATION 1 Change Order Processing Time 2 Timliness of Contractor Payments 13 Bid Opening to Pre -Con Meeting Timeframe II1) COMMENTS & SIGNATURES COMMENTS Signature Contractor Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS REV: 09/20/24 Date: 117-Jul-25 Project Name Northside IV 24-Inch Water Transmission Main Phase I Project Manager Suzanne Abbe Type oJContract 0 Water ❑ Waste Water ElStorm Drainage ❑Pavement Final Contract Amount $10,499,744.25 3 - Good 4 - Excellent RATING ELEMENT (0 - 4) IPLANS & SPECIFICATIONS 1 Accuracy of Plans to Existing Conditions 4 I 2 Clarity & Sufficiency of Details </ 13 Applicability of Specifications It 4 14 Accuracy of Plan Quantities 1 PROJECT MANAGER EVALUATION 1 Knowledge And/Or Problem Resolution 12 Availability of Project Manager Y13 Communication 3 14 Resolution of Utility Conflicts y I , Capital Projects Delivery, Water Department The City of Fort Worth • 200 Texas Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 RATING (0-4) FORTWORTHREV:09/20/24 Capital Projects Delivery, Water Department PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR & PROJECT DATA Name of Contractor Project Name Jackson Construction Ltd Northside IV 24-Inch Transmission Main Phase I Water Engineering Inspector CPN Number Shane Behn 102687 Water Engineering Inspector Project Manager El Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Suzanne Abbe Initial Contract Amount Project Doculty $10 499,744.25 Q Simple QQ Routine Q Complex Fina) Contract Amormt Date $10,499,744.25 7/ 17/2025 11) PERFORMANCE EVALUATION 1 0 - Inadequate I - Deficient 2-Standard 3-Good 4 - Excellcnt ELEMENT WEIGHT (x) APPLICABLE (Y / N) 1 Submission of Documents 2 Y 2 Public Notifications 5 Y 3 Plans on Site 5 Y 14 Field Supervision 15 Y 15 Work Performed 15 Y 6 Finished Product 15 Y 7 Job Site Safety 15 Y 8 Traffic Control Maintenance 5 Y 9 Daily Clean Up 10 Y 10 Citizen's Complaint Resolution 5 Y 11 Property Restoration 5 Y 12 After Hours Response 5 I Y 13 Project Completion 5 + Y III) CONTRACTOR'S RATING RATING (0 - 4) MAX SCORE SCORE 4 8 8 ✓ 3 20 20 t S 4 20 20 3 60 60 ► 5 4 60 60 ✓ 4 60 60 ✓ 4 60 60 ✓ 4 20 20 be 3 20 'yp] 20 „ O 1 4 20 1 1840 4 20 20 ✓ 3 20 20 1 3 20 20 1 TOTAL ELEMENT SCORE (A) BONUS POINTS (25 Maximum) (B) TOTAL SCORE (TS) 388 Maximum Score (MS) = 448 gr sum of applicable element score maximums which = 428 ✓ Rating ( (TS / MS] * 100%) 388 / 428 m 91a/a Performance Category lixceilent <20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >_80% = Excellent Inspector's Comments (INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature Inspector Signature Contractor '1 �- Signature Inspector's Supervisor CONTRACTOR'S COMMENTS U Capital Projects Delivery, Water Department The Ci of Fort Worth • 1000 Throckmorton Street -Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 840 PROJECT NAME: PROJECT NUMBER: DOE NUMBER: PIPE LAID Open cut Open cut Other than open cut Open cut Open cut FIRE HYDRANTS: 2 PIPE ABANDONED DENSITIES: NEW SERVICES: PIPE LAID PIPE ABANDONED DENSITIES: NEW SERVICES: FORT WORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: Northside IV 24-Inch Water Transmission Main Phase 1 B CPN 102687 CSC No. 58684 WATER SIZE TYPE OF PIPE 24': DIP Water 24" DIP Water Restrained Joints 24" DIP Water Carrier pipe 16" PVC Water pipe Restrained Joints 6" PVC Water VALVES (16" OR LARGER) SIZE TYPE OF PIPE SEWER SIZE TYPE OF PIPE SIZE TYPE OF PIPE WATER ENGINEERING & FISCAL SERVICES The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax; (817) 392 - 8460 LF 9 LF LF LF 4,062 5,514 1,192 59 10 CONSENT OF SURETY TO FINAL PAYMENT .ALA Document G707 Bond No. 1097564 TO OWNER (Marne andaddrns) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 PROJECT- (Mane and addraxq OWNER Ar,CH1Tr:CT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: CONTRACT FOR: CONTRACT DATED: Northside IV 24-Inch Water Transmission Main Phase 1 B, City Project No. 102687 In accordance with the provisions of the Contract between die Owner and the Contractor as indicatett above, the (lnwd nanrr and addim of Slt"I The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 , SURFTY, on bond of (laced mmne and addrvsc o fConrmclur) Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that Rnal payment to the Contractor shall not relieve the Surety of any of Its obligations to (brwri narnerind addrew of 0a ver) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 as set forth in said Surety's bond. W WITNESS WHEREOF, the Surety has hereunto set its hand on this date: November 20, 2024 pruel9 in mutt dx nrontb foddouv d hr=rGe nruneric d(rrrand)rar ) Attest: (Sea]): The Hanover Insurance Company (S)atNY) By. (S�rmturroJunlGorizrdrrprrrnmari 1 Holly Clevenger Attorney -in -Fact (Piained aurae arrd Ndr) G707--1994 Liberty POWER OF ATTORNEY Mutual. Liberty Mutual Insurance Company Certificate No: 8213854—190003 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig; Brian D. Carpenter; Charles Draper; Kelly Nicole Enghauser; Heather R. Goedtel; Erik T. Gunkel; Michelle Halter; Jessica Hecker, Kathryn E. Kade; Nicole Langer; Craig Olmstead; Haley Pflug; Laurie Pflug; Michelle Ward; Sara Whitfield all of the city of Bloomington state of MN each Individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies In their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of April 2025 Liberty Mutual Insurance Company P� 1NSUR9 P� (Y INS& tNSUgq The Ohio Casualty Insurance Company ooaPO�rFyca y`�°aPO1�y �P�oaPO�rFyn West American Insurance Company J3 oc° Qr o� a3 ocn vi r;1912y 0 0 1919 1991 0 z �o a 0viE wr`i�9ies�cnus`` •dD 2° HnMvs��-4 Ys �N010" .da3 'C U ei7* td �y1* IN dM*>� BY: �— t`u Slate of PENNSYLVANIA ss Nathan J. Zangerle, Assistant Secretary P oy County of MONTGOMERY o E oOn this 17th day of April 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance to Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O p co �I, PASS, a O Commonwealth of Per - Notary seal p v o`' q< Teresa Paste' Public — dr' o Montgomery County ` OF My commissbn exp'ves March 26, 2029 B CI a) C ��c CQmmiss'an puTbar 1126044 Y • "J IL-TASI'1-V� g G Memher, Pennsy�anla ssoUetfon of Nolanes Teresa Pastella, Notary Public AQ 0 (n pU C) st This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual •— Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a M " 6 ARTICLE IV —OFFICERS: Section 12. Power of Attorney. °O o ca Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 0 C:) a President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surely m cfl W l any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall -o ); have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o am Z L) instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the .o m provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. o T ILL CL ARTICLE XIII —Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such aftomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney Issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is In full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 15th day of July , 2025 . P� INSf/,p P�(Y INS& a 1NSU? J oaaoy J oaPog9 pq VP oaronq ? j Y�1912y0 °21919�0 a 1991 0 rdd��S4cHus`�aa y°� BY NAPSDo a drs �NBIANP .aa� f Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02r24 THE HANOVER INSURANCE COMPANY MASSACHUSETTS DAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF A TTORNEY 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 MASSACHUS ETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the 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 oonstitute and appoint, Holly Clevenger Of Dallas, TX individually, if there be more than one named, as its true and lawful attomey(s}in-fad 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 duty 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 Forty Million and No/100 ($40,000,000) in any single instance That this power is made and executed pursuant to the authorityof the following Resolutions passed by the Board of Direciors of said Company, and said Resolutions remain in full force and effect Surety Bond Numbor: 1097564 Principal: Jackson Construction, Ltd. Obligeo: City of Fort Worth RESOLVED: That the President or any Vice President. in conjunction with any Vice President. be and they heretry 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 at bonds. recogn¢anoes, oontraots of indemnity, waivers of eitalion and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duty executed and acknowledged by the regularly elected officers of the Comparry in their own proper persons. RESOLVED: That any and an Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thero5o. granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Comparryto the same exlenl as d all signatures therein were manuallyaffixed, even though one or more of any such signatures thereon maybe facsimile. (Adopted OcLober7.1981- The Hanover Insurance Company: Adopted April 14. 1082 - 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 SAY INSURANCE COk1PANYand CMZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duty attested by two Vice Presidents, this 6111 day of April, 2023 Tie Ilaaorer Insurance Company Nfaswkos m Day Imeras" Company Cklara lesunace Compxgyf Amerca J H.IGwteell, • Ptoeldent STATE OF CONNECTICUT ) COUNTY OF HARTFORD ss. The Hamer Iwraace Company 2M,.dyoAz-aV`1c9 lao.nace Company CowpanyofAmcrkn ten President -jg�-- On this 611 day ofApr112023 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 of America, to me personally known to be the individuals and otfioors 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 duty affixed and subscnb$d. to Fad instrument by the authonty and direction f sold Corporations. Wendy Latoumes {� NotetyPtac.WtoofCorilackut Aa q1ts0sul 4xi y N�fyCcwrtlistllofl EvirtsJuly31.2025 July 31, 2026 I. the undersigned Vice President of The Hanover Insurance Company. Massachusetts Bay Insurance Company and Citizens Insurance Company of America. hereby eortity that the above and roregoing is a full. true and correct ropy 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, of Worcester, Massachusetts, this 20th day of November 2024 Tie a e faaanace onVa M sat h say fat ny CERTIFIED COPY " ` A"' ale■ Rewd/e►, Vk-i Preslkal §JACKSON CONSTRUCTIO r LTD. 5112 SUN VALLEY D VE FORT WORTH, TX 76 419 TEL: 817-572-3303 FAX: 817-478-0443 STATE OF TEXAS COUNTY OF TARRANT AFFIDAVIT 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; Northside 1V 24" Water Transmission Main, Ph 1 B BY /' /1 Troy L ackson, President Subscribed and sworn before me on this date 21 st of November, 2024. eS s •tea •ic Tarrant, Texas {tw�i ;.��� CARMEN L. ESTEP r?;'= Notary Public, State of Texas :+,0= Comm. Expires 04.06 2028 Notary ID 2910611 CSC No. 58684-CO3 FgC RT W®RTI-1 City of Fort Worth --�'*—�— Change Order Request Project Name: I Northside IV 24-Inch Water Transmission Main Phase 1 B J City Sec No.: 58684 Project No.(s):l 66020 0700430 MOM 102687 001700 1 DOE No. I N/A I City Pro). No.: 102687 Project Description: 24-Inch wafer transmission main extends from Heritage Trace Parkway to Bonds Ranch Road along Business Highway i 1 287. J Conlractod Jackson Construction, Ltd. Change Order fl Dale: 10/28/2024 City Project Mgr.1 Suzanne Abbe City Inspector: I Shane Behn Phone Number:1 817-392-8209 I Phone Number:1 682-328.1264 Dept, Water Totals Contract Time f Calerdor days) Odglnal Contract Amount $10,499,744.25 $10,499,744,26 460 Extras to Date 0165 Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Dale $10,499,744.25 1 $10,499,744.25 'Amount of Proposed Change Order $0.00 I $0.00 030 Revised Contract Amount $10,499,744.25 I $10,499,744.25 655 Original Funds Available for Change Orders $262.494.00 I ( $262,494.00 Remaining Funds Available for this CO $262,494.00 + I $262,494.00 Additional Funding (If necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAXALLOWABLECONTRACTAMOUNT (ORIGINAL CONTRACT COST+25%) �$13,124,680.31 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No, 3 provides compensation for rock riprap protection of the culvert near the flow transfer station, Staff recommends an additional 30 calendar days for the addlllonal work and final clean up on the project, It is understood and agreed that the acceptance of this Change Order by the contractor consl(tules 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, Contraclor's Company Name I Contractor Name Contractor Signature Date Construction, Ltd. Troy Jackson 1 LeJackson ,o Inspeotor _ , , Data Project Man a Date 4) ` -A = I 11/12/2024 Director (W6iefDept) Date Construction Supervisor (Water Dept) Date rr& iv A `] $ • 11/18/2024 �/„ �» %� -/Z Zy -"'Sd)91b'�A's'tii§th'hl'Cl(ywAttbfn`�y Date Asslstant Citt Manager Dale 11/19/2024 1 %.�), ,�JZ 1,6�so.fi119.Nl1G:000STI �11/1A/2(124 riivla<11,11l1111to10'1I'.1•'aC5T1 v)j Councll Action (1(Gquira" � M&C Number N/A M&C Date Approved NIA FcpP,-v i 6a-r]H[ City of Fort Worth Change Order Additions Project Name I Northside IV 24-Inch WaterTransmission Main Phase 1B 1 City Sec No,; 1 58684 Project No,(s); 1 56020 0700430 5740010102687 001780 DOE No,I N/A I City Proj, No,; 1 102687 Project 24-inch water transmission main extends from Heritage Trace Parkway to Bonds Ranch Road along Business Highway Description 287, Contractor 1 Jackson Construction, Ltd, Change Order;[ 2 Date:1 1012812024 9/6/2024 City Project Mgr. I Suzanne Abbe City Inspector I Shane Behn 1 I I EM UESCHIN I ION 57 Culvert Riprap Protection ADDITIONS DEPT Water I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Page 1 of 1 Qly Unit Unit Cost Total 1.00 LS $6,927.78 $6,927.78 I I I I I I I I I I I I I I I I I Water �$6,927.78 I Additions Sub Total 1$6,927,78 ]Fc>R-Y WWoR-rm City of Fort Worth �5— Change Order Deletions Project Name Northside IV 24-Inch Water Transmission Main Phase 16 City Sec No.: 58684 Project No,(s): 66020 0700430 5740010102687 001780 1 DOE No. N/A City Proj, No.: 102687 Project Description I 24-inch water transmission main extends from Heritage Trace Parkway to Bonds Ranch Road along Business Highway 267. Contractor I Jackson Construction, Ltd, Change Order: M Date 10/28/2024 City Project Mgr. Suzanne Abbe City Inspector: I Shane Behn ITEM DESCRIPTION 50 Construction Allowance DELETIONS DEPT Water Page 1 of 1 Qty Unit Unit Cost Total 0.043290525 LS $160,000,00 $6,927.78 Water $6,927,78 Deletions Sub Total $6,927.78 MfWBE Breakdown for this Change Order MWBC Sub I Type of Service Amount for this CO CO# Previous Change Orders DATE Total Page 1 of 1 Total AMOUNT $0.00 $0.00 10/28/2024 CPN 102687 Northside IV 24-Inch Water Transmission Main Phase 113 Change Request 3 Notes Change Order No.1 provides for rock rlprap protection of the culvert near the flow transfer station. During the final Inspection of the vault, plant operations noted that re -grassing the area would not provide enough protection and that erosion would undermine the road Into the station and a corner of the fence over time. They requested the culvert be protected with rlprap. The contractor installed approximately 56 square yards of rlprap, approximately 18 Inches deep and charged by time and materials (see attached for cost). The resulting unit cost Is approximately $82.47/CY, Recent bid prices for similar work ranged from $180/CY to $300/CY. Staff recommends an addition of 30 calendar days to final acceptance for the additional work and final clean up on the project for a final acceptance date of December 6, 2024. Jackson Construction, Ltd, City Project No. 102687 Northside IV 24-Inch Water Change Order Request Transmission Main, Phase 113 Harvest Riprap from another projet and place around drainage system at Transfer vault Date 20-00-29 to stop erosion, one additional load of Flexbase used to regrdade and clean up driveway area. Item Description Quantity UM Bid Price Amount T&M Riprap at Transfer Station and Repair/ Regrade Driveway 1.000 LS $ 6,927.00 $ 6,927.00 Total $ 6,927.00 Page 1 of 3 10/28/2024 10:10 AM JACKSON CONSTRUCTION LTD. Force Account Daily Time and Material County Project -_City ._.,•---_-Highway-`� - NIA Description of Wollu Harvest Rlprap from anolhorpro/ec( and UI(Ilzo around Intel of Transfer Sfaffon. Addlllonal load of Base and prado work to clean up"ound Dale; 9127 & 1011 �lransfers(aflonY- _........ __ .._....._ . EQUIPMENT .....". ....,�. ._.. _ �._.,. Labor ....,... - - _...,__.ye..'.. - _. }„Description ._.,. Hrs MRate I Amount Hours Reg. O.T.Reg. ^ Rate �y OT: Amount (1)Calerplllar320Trackhoe _..-.�..._.-.-....,...., S 127.53 $�-�•;"'_.._....._,.`�_., ._��.........._....... .. .� $- (2) Caterpillar 420 Backhoe 23.00 $ 57.00 $ 1,311.00 Juan - _ -11.00 _ $ 47.60 $ $ 522,50 (1)Pickup --^ 11.00 $ 10.99 $ 208.89 Labor/Skilled --- 11,00 2.00 $ 22.00 $ 33.00 S 308.00 (1)TrashPumps $ 7.80 $ Labor/Skilled _ i1.00 2.00 $ 22.00 $ 33.00 S 308.00 Labor/ Skilled 8,00 2,00 $ 22.00_S_ 33.00 S ^33.00 242.00 $ r Labor/Skilled 8.00 2.00 $ 22.00 $ $ 242.00 $ Labor/ Skilled _ - 7.00 $ 22.00 $ $ 154.00 Labor/ Skilled _ J 7.00 $ - 22.00 $ $ 154.00 Labor/ Skilled ---- 7.00 S 22.00 $ S 154.00 Sub-Total $ 1,519.69 Sub•Tolal $ 2,084.50 15% $ 227.98 55% $ 1,146,48 Total Equipment; $ 1,747.87 25% $ 521.13 Total Labor $ 3,752,11 Materialy �_w _ .�._ ,,^Subcontract Description Quantity UOM Rate Amount Quantity UOM Rate Amount 1.5' Recycled Base 24.00 ~ 7N S - 27.00 S �648.00 Tandem Trucks haul RIIprap sourced from a different 10.00 } HR S 65.000 $ 650.00 _ Sub -Total $ 648.00 Sub•Tolal $ 650.00 10% $ 64.80 10% $ 65.00 Total Maloriat $ 712.81) _ VT^ ^ W • Total Subcontract $ �715.000 Approved: JACKSON CONSTRUCTION LTD. Dale Date JACKSON CONSTRUCTION JOB N 3354 Summary Labor S 3,752.11 _ Equiprnont $ �1,_747.07_ _ Material _ _ Subcontract S _ $ 712.80 715.00 Bond Total This Shael $ �� $ 101281202410:10 AM Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Signature Suzanne Abbe Name of Employee Senior Engineer, Capital Project Delivery Title ATTEST: �p Jannette Goodall City Secretary FORTWORTH rev 09/20/24 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 7 NAME OF PROJECT: Northside IV 24-Inch Water Transmission Main Phase 1 B CPN No: 102687 CONTRACTOR: Jackson Construction Ltd CSC No. 58684 PERIOD FROM:07/01/25 TO: 07/15/25 FINAL INSPECTION DATE: 7-Jul-25 WORK ORDER EFFECTIVE:2/20/2023 CONTRACT TIME: 655 Q WD QQ CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. if. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT, SUN, RAIN, TOO WET, UTILITIES & HOLIDAYS & TOO COLD RELOCATIONS THIS PERIOD PREVIOUS PERIOD TOTALS TO DATE *REMARKS: OTHERS* DAYS TOTAL CHARGED DAYS 0 0 I655 I655 1655 1655 07/29/2025 � -- CONTRACTOR � DATE 1NSI3 CTOR � � v ENGINEERING DEPARTNIENT � The CitSr of Fort Worth • 200 Texas Street • Fort Worth, T176012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 7a-a DATE